249 403 (UA), India - Bharat Heavy Electricals Limited

62
BHARAT HEAVY ELECTRICALS LIMITED , Heavy Electrical Equipment Plant Ranipur, Haridwar 249 403 (UA), India Tender Enquiry No. B/4066/2021/0993/V1 for the requirement of HPT STEAM EVACUATION VALVE (HP RELIEF VALVE) WITH SPARES LIST OF ENCLOSURES Commercial Documents Document No. Number of pages 1. MATERIAL DETAILS & INSTRUCTION TO BIDDERS 04 2. PRE-QUALIFICATION REQUIREMENT (TECHNICAL) 02 3. BUYER SPECIFIC TERMS & CONDITIONS OF THE TENDER (ANNEXURE-2) 06 4. LIST OF BHEL CONSORTIUM BANK 01 5. CERTIFICATE BY CHARTED ACCOUNTANT FOR MSE SUPPLIERS ONLY 01 6. GENERAL INSTRUCTIONS & STANDARD TERMS & CONDITIONS (GISTC) REV.06 FOR FOREIGN SUPPLIER 13 7. GENERAL INSTRUCTIONS & STANDARD TERMS & CONDITIONS (GISTC) REV.06 FOR INDIGINOUS SUPPLIER 13 8. MADE IN INDIA DECLARATION FORMAT 01 9. BHEL STANDARD PBG FORMAT 02 TOTAL PAGES 43 Technical Documents Document No. Number of pages 1. LIST OF DOCUMENTS & DRAWINGS DOC. NO 413137J1005 REV.00 01 2. SPECIFICATION-HP RELIEF VALVE WITH PNEUMATIC ACTUATOR DRG/DOC. NO 413137J1100 REV.00 03 3. HP REILEF VALVE DRG NO 4-13137-W1101 REV.01 01 4. TECHNICAL PURCHASING SPECIFICATION: VALVES 41313795102 REV.01 07 5. ELECTRICAL SPECS FOR LIMIT SWITCH & SOLENOID VALVES 41810221002 06 6. BHEL STANDARD QP FORMAT 01 TOTAL PAGES 19 SWATI JAIN (Dy.Manager/PPX-BOI) Ashish Gupta (SDGM/ PPX-BOI) Email: [email protected] Email: [email protected] Ph. 01334-281690 Ph. 01334- 285834

Transcript of 249 403 (UA), India - Bharat Heavy Electricals Limited

BHARAT HEAVY ELECTRICALS LIMITED ,

Heavy Electrical Equipment Plant

Ranipur, Haridwar – 249 403 (UA), India

Tender Enquiry No. B/4066/2021/0993/V1 for the requirement of HPT STEAM EVACUATION VALVE (HP RELIEF

VALVE) WITH SPARES

LIST OF ENCLOSURES

Commercial Documents

Document

No.

Number of pages

1. MATERIAL DETAILS & INSTRUCTION TO BIDDERS 04

2. PRE-QUALIFICATION REQUIREMENT (TECHNICAL) 02

3. BUYER SPECIFIC TERMS & CONDITIONS OF THE TENDER

(ANNEXURE-2)

06

4. LIST OF BHEL CONSORTIUM BANK 01 5. CERTIFICATE BY CHARTED ACCOUNTANT FOR MSE SUPPLIERS

ONLY

01

6. GENERAL INSTRUCTIONS & STANDARD TERMS & CONDITIONS

(GISTC) REV.06 FOR FOREIGN SUPPLIER

13

7. GENERAL INSTRUCTIONS & STANDARD TERMS & CONDITIONS

(GISTC) REV.06 FOR INDIGINOUS SUPPLIER

13

8. MADE IN INDIA DECLARATION FORMAT 01

9. BHEL STANDARD PBG FORMAT 02

TOTAL PAGES 43

Technical Documents

Document

No.

Number of pages

1. LIST OF DOCUMENTS & DRAWINGS DOC. NO 413137J1005 REV.00 01

2. SPECIFICATION-HP RELIEF VALVE WITH PNEUMATIC ACTUATOR

DRG/DOC. NO 413137J1100 REV.00

03

3. HP REILEF VALVE DRG NO 4-13137-W1101 REV.01 01

4. 4TECHNICAL PURCHASING SPECIFICATION: VALVES 41313795102

REV.01

07

5. ELECTRICAL SPECS FOR LIMIT SWITCH & SOLENOID VALVES

41810221002

06

6. BHEL STANDARD QP FORMAT 01

TOTAL PAGES 19

SWATI JAIN (Dy.Manager/PPX-BOI) Ashish Gupta (SDGM/ PPX-BOI)

Email: [email protected] Email: [email protected]

Ph. 01334-281690 Ph. 01334- 285834

PPX-BOI DEPARTMENT

BHARAT HEAVY ELECTRICALS LIMITED

HEEP: HARDWAR-249 403 (Uttarakhand)

FAX: +91 1334 226084/226462

TEL: +91 1334 28 4269/1690

Enquiry No.: B/4066/2021/0993V/1

Item : HPT Steam Evacuation Valve

with spares

Project : 1x660 MW Sagardighi

Page 1 of 4

INSTRUCTION TO BIDDERS AND SPECIAL TERMS OF THE ENQUIRY

1. SCOPE OF ENQUIRY

Sealed Bids are invited from bidders for providing the complete engineering, design, supply of all material

equipment, fabrication, assembly, pre-shipment testing at manufacturer’s works, proper packing for transportation, delivery at plant site as per detailed specifications of HPT Steam Evacuation Valve , for 1X660 MW

Sagardighi project.

2. PROJECT INFORMATION

1.Project Name 1x 660 MW Sagardighi STPP

Consignee Address DEPUTY GENERAL MANAGER

(I/C-PROJECTS)

SAGARDIGHI THERMAL POWER PROJE

CT,P.O.-MANIGRAM,DIST.

Custom Duty Structure CD on Project Import

Tax Structure GST Extra

Pls. note that the comparison would be done as per the applicable taxes and duties on the date of opening of

Price Bid.

3. Brief Description of the requirement (For details refer price checklist)

Sl. No. Project Material Code Item Description Total Quantity

Date for Supply Completion

1. Sagardighi Project

W90313787026

DRG: 413137J1005 REV:00

HPT STEAM EVACUATION

VALVE AS PER DOCUMENT

NO. 413137J1005

01 No 03.12.2022

2. W93318102016

DRG: 41810221002 REV:00

LIMIT SWITCH (INDUCTIVE)

10 Nos 01.04.2024

3. W90311928722

DRG: NILL REV:00 BONNET SEAL FOR HPT EVACUATION VALVE

02 Nos 01.04.2024

4. W90311928730

DRG: NILL REV:00 GLAND PACKING SET FOR HPT EVACUATION VALVE

03 ST 01.04.2024

5. W90311928749

DRG: NILL REV:00 OPERATING NUTS FOR

ACTUATOR OF HPT STEAM EVACUATION VALVE

02 Nos 01.04.2024

6. W99318102089

DRG.NO 41810221002

Rev.00

SOLENOID VALVE OF HP

RELIEF VALVE

09 Nos 01.04.2024

4.0 PRE-QUALIFICATION REQUIREMENT (PQR);

Pre-Qualification requirement is mentioned in Annexure-A. Kindly ensure submission of documents in

support of PQR(As applicable). Offer submitted by bidders will be scrutinized with respect to pre-qualification

requirement first. Technical offer of the bidders not meeting Pre-qualification requirement will not be

scrutinized.

Important Note: Bidders should ensure completeness and correctness of all supporting documents of PQR

along with their offer. Not more than 30 days (After Opening of Techno-commercial offers) will be allowed

PPX-BOI DEPARTMENT

BHARAT HEAVY ELECTRICALS LIMITED

HEEP: HARDWAR-249 403 (Uttarakhand)

FAX: +91 1334 226084/226462

TEL: +91 1334 28 4269/1690

Enquiry No.: B/4066/2021/0993V/1

Item : HPT Steam Evacuation Valve

with spares

Project : 1x660 MW Sagardighi

Page 2 of 4

to bidders for completing PQR documents. PQR review will be closed within 30 days of opening of techno-

commercial Bids. Offers of Bidder / Bidders, who do not meet PQR i.e. do not complete the PQR

documentation within 30 days of opening of techno-commercial bid, are likely to be ignored and no-further

correspondence may be entertained thereafter.

5.SUBMISSION OF OFFER

Bidders are advised to study all the tender documents carefully. Any submission of tender by the bidder shall be

deemed to have been done after careful study and examination of the tender documents and with full

understanding of the implications thereof. The specifications and terms & conditions shall be deemed to have

been accepted unless otherwise specifically commented upon in ‘Deviation’ sheets by the bidder in his offer. Non-compliance with any of the requirements and instructions in the Tender Enquiry may result in rejection of

the tender.

Name of vendor’s dealing person with Contact No(s), Email ID and Address of correspondence shall be provided in the bid.

Tenders are to be submitted in Two Parts and Part-I (Techno-Commercial Bid) will be opened first. The offers

are to be submitted on or before the Due Date and time, as detailed below:

Tender opening is scheduled to start in the Tender Room at 2:00 PM, on the due date. Therefore bid/quotations

must reach this office / tender Box latest by 1:45 PM on due date. Only participating bidders are allowed to

attend tender opening. TENDERS RECEIVED AFTER THE SPECIFIED TIME OF THEIR 'SUBMISSION' WILL BE

TREATED AS LATE TENDERS AND SHALL NOT BE CONSIDERED UNDER ANY CIRCUMSTANCES. The bidders or

their authorized representatives may be allowed to attend tender opening if duly authorized by their principals,

through a tender specific letter, for price bid opening on that particular day. General authorization letter is not

acceptable.

This should be read and complied in conjunction with clause 3.0 of General Instructions and Standard Term and

Conditions for bidding against Tender Enquiry (herein called as GISTC)

7. MAKE IN INDIA

“As per public procurement (Preference to Make in India) circular Dtd. 04.06.2020 & corporate circular AA: SSP :

PPP:MII dated 24.07.2020 following is to be the part of all NIT i.e.

“For this procurement, the local content to categorize a supplier as a class I local supplier/class II local

supplier/Non local supplier and purchase preference to class I local supplier, is as defined in Public

Procurement (Reference to Make In India) . Order 2017 dated 04.06.2020 issued by DPIIT. In case of

subsequent orders issued by the nodal ministry, changing the definition of local content for the items of

the NIT, the same shall be applicable even if issued after issue of this NIT, but before opening of part-II

bids against this NIT”. Make in India decleration certificate is enclosed. Suppliers are proposed to submit signed & stamp copy

of the same along with their offer.

8. CUSTOMER APPROVAL REQUIREMENT:

Kindly note that supplier approval by the end-user is mandatory for consideration of their offer for Sagardighi

project. Kindly submit your manufacturing credentials, quality & experience details of this item for taking approval

from End user/customer.

9. Evaluation Criteria

Evaluation will be done on project basis i.e. considering total landed cost of complete requirement of a

project upto site. Details are as follows;

PPX-BOI DEPARTMENT

BHARAT HEAVY ELECTRICALS LIMITED

HEEP: HARDWAR-249 403 (Uttarakhand)

FAX: +91 1334 226084/226462

TEL: +91 1334 28 4269/1690

Enquiry No.: B/4066/2021/0993V/1

Item : HPT Steam Evacuation Valve

with spares

Project : 1x660 MW Sagardighi

Page 3 of 4

For Sagardighi project : Please note that material code W90313787026 -01 No + W93318102016-10 Nos

+ W90311928722- 02 Nos + W90311928730- 03 Sets + W90311928749 -02 Nos +W99318102089- 09 Nos

would be procured together & evaluation will be done accordingly

10. OFFER VALIDITY

The offer is to be submitted with a validity of 180 days from the date of opening of techno-commercial offers.

BHEL will reserve the right to reject the offer, quoting validity less than 180 days.

11. PRE BID CLARIFICATION/ PRE BID MEETING

Please note that as per BHEL’s Policy, we cannot allow Price impact for the requirement / scope of supply, which is a part of specifications of our tender enquiry. Hence please read all specification /

documents thoroughly and submit your offer as per specifications of tender enquiry.

In case of any confusion / non-clarity on any of the clause / requirement of specification, please

clarify the same from BHEL before submission of offer. Pre-bid meeting can also be arranged on

bidder’s request for clarification of techno-commercial scope.

No deviation & request regarding non-clarity / contradictory conditions / ambiguity of

specifications would be entertained after opening of techno-commercial offers. Further no price

impact would be allowed for the requirement which is already part of the specifications of the

tender enquiry, after opening of techno-commercial offers.

The prices are to be quoted on firm basis. BHEL will reserve the right to reject the offer of the

vendors not quoting the prices on Firm basis.

Bidders shall submit their techno-commercial queries within 10 days of floating the NIT.

Clarifications would be arranged within next one week. Bidders may also request for pre-bid

meeting for techno-commercial clarification within one weeks of floating the NIT.

12. DEALING WITH BANNED SUPPLIERS/ CONTRACTORS IN BHEL

Offers of the bidders, who are on the banned/hold list, as also the offers of the bidders who engage the

services of the banned/hold firms, shall be rejected. The list of banned/hold firms is available on BHEL

website www.bhel.com.

13. Reverse Auction :BHEL reserves the right to go for Reverse Auction (RA) instead of opening the sealed

envelope price bid, submitted by the bidder. This will be decided after techno-commercial evaluation.

Kindly give your acceptance for participation in RA. BHEL shall be resorting to Reverse Auction (RA) (Guidelines as available on www.bhel.com) for this tender. RA shall be

conducted among the techno-commercially qualified bidders.

Price bids of all techno-commercially qualified bidders shall be opened and same shall be considered for RA. In case any

bidder(s) do(es) not participate in online Reverse Auction, their sealed envelope price bid along with applicable loading, if

any, shall be considered for ranking.”

14. Offer shall be submitted in two parts- Part-1 & Part-2

PART-I: PRE-QUALIFICATION REQUIREMENT (PQR)/ TECHNICAL/ COMMERCIAL BID (IN ONE ORIGINAL

AND INK SIGNED ON EACH PAGE OF THE OFFER)

Comprising of following documents:

a. Bidders are required to furnish requisite details in the formats specified in bidding documents for meeting the

stipulated Pre-Qualification Requirements (PQR) along with all supporting documents like copies of End User

Certificates, Purchase Orders and Contract Agreements etc.

b. Complete Technical offer with relevant drawings/ documents /QP etc. (as per detailed specifications)

c. Endorsed copy of this document (i.e. Instruction to bidders special conditions of the NIT, General

Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)- As applicable for

Indigenous or foreign bidder) in original duly signed and stamped by the bidder.

PPX-BOI DEPARTMENT

BHARAT HEAVY ELECTRICALS LIMITED

HEEP: HARDWAR-249 403 (Uttarakhand)

FAX: +91 1334 226084/226462

TEL: +91 1334 28 4269/1690

Enquiry No.: B/4066/2021/0993V/1

Item : HPT Steam Evacuation Valve

with spares

Project : 1x660 MW Sagardighi

Page 4 of 4

d. Commercial Terms & Conditions

e. Any Deviation with reference to NIT to be laid down on separate sheet.

f. Un-Priced replicas of Price Bid without prices.

g. Supplier Registration Form: Online Registration Portal is operational in BHEL. Bidders not registered at BHEL,

Hardwar for this item, have to apply through Online Registration portal, https://supplier.bhel.in/. All

credentials and/or documents duly signed and stamped related to registration has to be uploaded on the

website and submit the application for registration. One set of hard copy of the filled up Supplier Registration

Form (SRF) downloaded from Online Registration Portal duly signed and stamped has to be submitted.

Note: Suppliers who are already registered at BHEL, Haridwar in the PMD for this item are exempted for

submitting the Supplier registration form.

PART-II: PRICE-BID:

The price Bid (with prices) for the complete scope as specified in price schedule Annexure-I shall be submitted.

The Part-I & Part-II bids shall be individually sealed and super scribed as indicated above and shall be enclosed

further in the envelop duly sealed and super scribed as:

“TENDER FOR (ITEM NAME) AGAINST TENDER NO. ----------------------- DUE ON --------------------------CONTAINING

PART-I & PART-II. Vendor’s full name and address should be clearly mentioned on the envelope.

15. IMPORTANT NOTE;

INSTRUCTION TO BIDDERS & SPECIAL TERMS OF ENQUIRY are to be read and complied along with GISTC (for

both Foreign or Indian Bidders as applicable). A signed & stamped copy of these documents as a token of

acceptance is to be submitted along with the offer. In the event of contradiction of terms and conditions

mentioned, the order of preference shall be INSTRUCTION TO BIDDERS & SPECIAL TERMS OF ENQUIRY followed

by GISTC (General Instructions and Standard Terms & Conditions against Tender Enquiry).

Deviations (if any) are to be listed separately in deviation sheet. Please note that in case, no- deviation sheet is

received along with the offer, it will be considered that all terms and conditions mentioned in above documents

are acceptable to the bidder and your offer will be processed accordingly.

PART-I (as per clause 28 above) (Techno-Commercial bid with PQR) will be opened on Due Date and time

specified in the Enquiry, or extension thereof, in presence of bidders who may like to attend. Incomplete offers

are liable to be rejected.

Techno-Commercial offer of only those bidders shall be evaluated who meet the Pre-Qualification

Requirements mentioned in our Enquiry as stipulated in clause 4 above (If applicable)

All correspondence thereof, shall be addressed to the following persons:

Mr. Ashish Gupta

Designation: SDGM (PPX-BOI)

4th Floor, Main Administrative Building

HEEP, BHEL Hardwar- 249403

Uttarakhand, India

Email ID: [email protected]

Tel: +91 1334 28 5834

Ms. Swati Jain

Designation: Dy. Manager(PPX-BOI)

4th Floor, Main Administrative Building

HEEP, BHEL Hardwar- 249403

Uttarakhand, India

Email ID: [email protected]

Tel: +91 1334 28 1690

Annexure-2

Signature and seal of supplier Page 1

Buyer Specific Special Terms and conditions

Item name: HPT STEAM EVACUATION VALVE With Mandatory spares , Project: Sagardighi

A. SCOPE OF ENQUIRY Tenders are invited from bidders for the supply of HPT STEAM EVACUATION VALVE with mandatory spares for Sagardighi (1x660 MW) Project, as per requirement mentioned below:

Sl. No. Project Material Code Item Description Total

Quantity Date for Supply Completion

1. Sagardighi Project

W90313787026 DRG: 413137J1005 REV:00

HPT STEAM EVACUATION

VALVE AS PER DOCUMENT

NO. 413137J1005

01 No 03.12.2022

2. W93318102016 DRG: 41810221002 REV:00

LIMIT SWITCH (INDUCTIVE) 10 Nos 01.04.2024

3. W90311928722 DRG: NILL REV:00

BONNET SEAL FOR HPT EVACUATION VALVE

02 Nos 01.04.2024

4. W90311928730

DRG: NILL REV:00

GLAND PACKING SET FOR HPT EVACUATION VALVE

03 ST 01.04.2024

5. W90311928749

DRG: NILL REV:00

OPERATING NUTS FOR

ACTUATOR OF HPT STEAM EVACUATION VALVE

02 Nos 01.04.2024

6. W99318102089

DRG.NO 41810221002

Rev.00

SOLENOID VALVE OF HP

RELIEF VALVE

09 Nos 01.04.2024

B.

Project Detail

Project Name & Address DEPUTY GENERAL MANAGER

(I/C-PROJECTS) SAGARDIGHI THERMAL POWER PROJE CT,P.O.-MANIGRAM,DIST.-

C.Buyer Specific Special Terms and Conditions:

Sl.

No.

Terms Description Bidder’s confirmation

1. Confirmation to

General

Instructions and

standard terms

& conditions:

Please confirm the each clause of following documents:-

1. General Instructions and standard terms & conditions for

bidding against tender enquiry (GISTC Version June’2021 Rev 06).

2. Special terms & conditions of tender enquiry (Annexure-2).

3. Instructions to Bidders.

4. PQR (Technical)

Deviation to conditions mentioned in above documents, if any, shall

be submitted along with offer in separate documents.

Please note that in case, deviation sheet is not received along with

the offer, it will be considered that all terms and conditions

mentioned in above documents are acceptable to the bidder and

your offer will be processed accordingly.

Annexure-2

Signature and seal of supplier Page 2

2. Customer

approval

requirement

End User approval is mandatory requirement for considering your

offer in this tender. Kindly submit your credentials along with your

offer for taking up your approval with End User.

Price bid of the offer of only those bidders who will be approved by

the End User will be considered for price bid opening.

3. Evaluation

criteria

Evaluation will be done on project basis i.e. considering total landed

cost of complete requirement of a project upto site. Details are as

follows;

For Sagardighi project : Please note that material code

W903137787026 -01 No + W93318102016-10 Nos +

W90311928722- 02 Nos + W90311928730- 03 Sets +

W90311928749 -02 Nos +W99318102089- 09 Nos would be

procured together & evaluation will be done accordingly.

4. Basis of

quotation

a. For Indigenous supply:

Kindly Confirm that material prices have been quoted on Ex-Works

with freight Pre-paid up to destination basis. The goods can be

dispatched through any BHEL approved transporters having their

branch at Haridwar. The names and addresses of transporters

approved by IBA as well as BHEL are posted at our website

www.hwr.bhel.com .

Pls. note that, if you dispatch the material by any BHEL un-

approved transporter then you will be required to furnish the

MRC (Material Receipt Certificate) from Project Site for processing

of your invoice. No demurrage charges would be borne by BHEL.

Please mention separately Packing and Forwarding charges in

terms of % of basic prices (if any) and mention specifically that it is

inclusive or not in the quoted price. In case the offer is silent

regarding these charges, the same would be considered to be

inclusive in the offer. Kindly confirm.

Please mention separately Freight charges in terms of % of basic

prices (if any) and mention specifically that it is inclusive or not in

the quoted price. In case the offer is silent regarding these charges,

the same would be considered to be inclusive in the offer. Kindly

confirm.

Transit insurance would be arranged by BHEL. Please send your offer

keeping this in view.

Applicable GST etc. should be indicated separately and clearly in

the quotation, else it will be considered that the offer is inclusive

of same.

b. For Foreign supply;

Please quote on FOB/FCA as well as CFR/CPT Mumbai Basis.

Shipment charges shall be quoted separately in the offer.

BHEL Reserves the right to place the order either on FOB/FCA or

CFR/CPT basis.

To arrive at landed cost at project site, the FOB, FCA prices shall be

loaded as per clause 6.0 of GISTC.

Please Inform Name of your FOB/FCA port.

For FOB/FCA contract: BHEL’s freight forwarder shall be informed 15 days in advance of readiness of material for

Annexure-2

Signature and seal of supplier Page 3

booking of Vessel (name of BHEL nominated freight forwarder

may be obtained as and when required)

In case of CFR/CPT contract BHEL shall not responsible for any

delay due to arrangement of shipment from FOB/FCA Port.

Please confirm your acceptance.

5. Engineering

Document/

Document

approval

Drawings/Data sheets/Documents/Electrical Write-UP/ Control

Panel Drawing/ Quality Plan etc, as called for in the specifications

shall be submitted for approval to BHEL for BHEL/customer approval

within 30 days of purchase order. Any delay in delivery on account

of late submission of drawings shall be to vendors account. BHEL will

arrange the approval of the drawings/data sheets/ documents

within 30 days of their receipt provided those are complete in all

respect. Delays in approval shall be dealt on merit basis.

6. Liquidated

Damages

Liquidated Damages for late delivery w.r.t to contractual delivery

shall be applicable @ 0.5% of the “lot-wise total order value” per week of delay or part thereof subject to a maximum of 10% of the

“lot-wise total order value”.

Date of Bill of lading/LR (as applicable) shall be considered as actual

date of delivery. Please confirm your acceptance.

Please note that in case of any deviation in the penalty terms,

loading will be done to the extent the late delivery penalty is not

accepted by the vendor.

7. Payment Terms 100% Payment after receipt of material/items at BHEL project site

with PBG for 5% of the order value(lot wise). Lotwise PBG should be

valid for entire Guarantee/ Warranty period. PBG shall be submitted

before the negotiation of documents. The PBG acceptance/receipt

certificate will form part of negotiable documents. The PBG will be in

BHEL format and from one of the BHEL consortium banks in India

(recent list of BHEL consortium Banks may be obtained from BHEL as

and when required).

In case PBG has been submitted from any foreign Bank (Outside

India). The Bank Guarantee shall be confirmed by BHEL consortium

Bank in India.

8. Performance

Bank

Guarantee

PBG (performance bank guarantee) shall be submitted for 5% of

the order value lotwise. PBG should be valid for entire

Guarantee/ Warranty period. PBG shall be submitted for

processing of invoices.

In case PBG has been submitted from any foreign bank (outside

India), the Bank Guarantee shall be confirmed through BHEL

consortium banks in India.

This should be read and complied in conjunction with Bank

Guarantee clause in General Instructions and Standard Term and

Conditions for bidding against Tender Enquiry (herein called as

GISTC).

Itemwise/Lot wise PBG will be acceptable in line with shipment of

items

9. Arbitration,

Risk Purchase &

FORCE

MAJEURE

Kindly confirm Arbitration, Risk Purchase & Force Majeure shall be

applicable as per GISTC, as applicable (copy enclosed)

Annexure-2

Signature and seal of supplier Page 4

10. Manufacturing

clearance from

BHEL

In case of ordering, vendor has to take manufacturing clearance

from BHEL before starting manufacturing of material. No

manufacturing is to be started without getting clearance from BHEL.

Kindly confirm.

11. Mandatory

Procurement

(Make In India)

For this procurement, the local content to categorize a supplier as a

class local supplier/class II local supplier/Non local supplier and

purchase preference to class I local supplier, is as defined in Public

Procurement (Reference to Make In India) . Order 2017 dated

04.06.2020 issued by DPIIT.

In case of subsequent orders issued by the nodal ministry, changing

the definition of local content for the items of the NIT, the same

shall be applicable even if issued after issue of this NIT, but before

opening of part II bids against this NIT. Make in India deceleration

certificate is enclosed. Kindly submit signed & stamp copy of the

same along with your offer.

12. Quality

Requirement

a.For Indigenous Supply;

Kindly submit QAP for BHEL & End user approval.

Kindly confirm that Pre-dispatch inspection shall be done

by BHEL nominated inspection agency M/s BVIL & End

User as per End User approved QAP.

Inspection charges will be borne by BHEL. All coordination

with third party inspection agency shall be done by the

supplier only.

Inspection call to third party inspection agency may be

raised

directly by the supplier; however 15 days are to be provided

for deputation of representative of third party inspection

agency for inspection.

Scope of Inspection shall be,

Review of Material TC’s of body, Bonnet, slem, actuators, NDT certificates.

Witnessing of Leak test, Pressure Test, functional

test.

b.For Imported Supply

;Kindly submit quality plan in BHEL standard QP format in line

with ordering drawings for BHE and End User approval (Copy

Enclosed).

After placement of PO, successful supplier’s QP to be forwarded to customer for approval. Kindly specifically confirm to follow

customer approved QP.

Inspection shall be done by BHEL nominated inspection agency

M/s LRS/TUV/BV & CUSTOMER as per customer approved

quality plan.

The prices are to be quoted inclusive of Third Party Inspection

Charges (By LRS/TUV/BV). In case if nothing has been mentioned

in your offer about the Third Party Inspection charges, the same

would be considered to be inclusive in your quoted prices.

Advance Intimation for Inspection is to be given (to BHEL &

Third Party Inspection agency ) 30 days prior to readiness of

Annexure-2

Signature and seal of supplier Page 5

material.

Co-ordination with TPI agency will be sole responsibility of the

bidder.

Scope of Inspection shall be,

Review of Material TC’s of body, Bonnet, slem, actuators, NDT certificates.

Witnessing of Leak test, Pressure Test, functional

test.

13. MDCC Clause Please confirm that material shall be dispatched only after issue of

MDCC from BHEL.

The Test Certificates/Inspection reports as per approved quality

plan shall be submitted to BHEL for review and acceptance before

dispatch of Material. The Material Dispatch Clearance (MDCC) will

be provided by BHEL within 07 days of receipt of documents,

provided those are complete in all respects. Material shall be

dispatched within one week of issue of MDCC (material dispatch

clearance certificate) by BHEL.

14. Guarantee Kindly confirm that Guarantee shall be provided for a period of 03

years from the date of shipment or 02 years from commissioning,

whichever is earlier. In case of any failure or trouble reported from

site, the supplier should depute their representative immediately

to attend the problem and replace the defective component/part if

required, without any additional cost to BHEL.

15. O&M Manuals Kindly confirm that in the event of ordering,

O&M manuals in English languages will be supplied in 02 nos. of

Hard Copies to be supplied along with the item.

16. Special

Instructions:-

For Sagardighi Projects: -

1. Maximum 05 Nos of Boxes are allowed to dispatch the

complete quantity.

2. The SL No. of packing boxes shall be indicated by vendor

from Box No. BHEL/HWR/BOI/911 to 915 on each Box.

Kindly confirm.

Kindly submit the packing list (Box wise) for BHEL review before

dispatch. Kindly confirm.

17. Delivery Please quote your delivery completion period in line with the

enquiry lot date. In case it is not possible to meet the lot date, you

may quote your best possible delivery completion period in

number of weeks from the date of Purchase Order

If the delivery quoted by you does not meet BHEL’s delivery requirement / revised delivery requirement as per site progress,

you will be given a chance for reviewing your quoted delivery and

inform revised delivery to BHEL. After this, if your delivery does

not meet BHEL’s required delivery / revised delivery as per site progress, BHEL reserve the right to reject your offer.

18. Reverse

Auction

(E-bidding)

BHEL reserves the right to go for Reverse Auction (RA) instead of

opening the sealed envelope price bid, submitted by the bidder.

This will be decided after techno-commercial evaluation. Kindly

give your acceptance for participation in RA.

BHEL shall be resorting to Reverse Auction (RA) (Guidelines as

available on www.bhel.com) for this tender. RA shall be conducted

Annexure-2

Signature and seal of supplier Page 6

among the techno-commercially qualified bidders.

Price bids of all techno-commercially qualified bidders shall be

opened and same shall be considered for RA. In case any bidder(s)

do(es) not participate in online Reverse Auction, their sealed

envelope price bid along with applicable loading, if any, shall be

considered for ranking.”

19.

Order

Acceptance :

Ink signed order acceptance shall be furnished within 15 days of

order placement. In case, order acceptance do not received within

15 days of order placement, PO deemed to be accepted by you.

20. Beneficiary of

PO

Kindly confirm on whom the PO will be placed in the vent of

ordering.

21. General terms Please confirm that the prices will remain firm during the entire

validity & execution of the project.

(Signature and seal of supplier)

Nationalised Bank Nationalised Bank

1 Allahabad bank 19 Vijaya Bank

2 Andhra bank Public Sector Banks

3 Bank of Baroda 20 IDBI

4 Canara Bank Foreign bank

5 Corporation bank 21 CITI Bank N.A

6 Central bank 22 Deutsche Bank AG

7 Indian Bank 23 The Hongkong and Shanghai Banking Corporation Limited

8 Indian Oversea Bank 24 Standard Chartered Bank

9 Oriental bank of Commerce 25 The Royal Bank of Scotland N.V.

10 Punjab National Bank 26 J P Morgan

11 Punjab & Sindh Bank Private bank

12 State Bank of India 27 Axis Bank

13 State Bank of Hyderabad 28 The Federal Bank Limited

14 Syndicate Bank 29 HDFC

15 State Bank of Travancore 30 Kotak Mahindra Bank

16 UCO Bank 31 ICICI

17 Union Bank of India 32 Indusind Bank

18 United Bank of India 33 Yes Bank

List of Consortium Bank

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 1 of 13

Table of Contents

1. GENERAL ............................................................. 1

2. ORIGIN OF QUOTATION ...................................... 1

3. SUBMISSION OF TENDER .................................... 1

4. TENDER OPENING………………………………………………….3

5. SPECIFICATION, DRAWINGS & STANDARD ......... 3

6. PRICE SCHEDULE ................................................. 3

7. REVERSE AUCTION .............................................. 4

8. DELIVERY TERMS ................................................. 4

9. LD FOR LATE DELIVERY……………………………………6

10. PAYMENT TERMS ................................................ 6

11. BANK GUARANTEE .............................................. 7

12. GUARANTEE / WARRANTY AND CORRESPONDING

REPAIRS / REPLACEMENT OF GOODS ............................. 7

13. QUALITY REQUIREMENT ..................................... 7

14. VALIDITY…………………………………………………………….8

15. RIGHT OF ACCEPTANCE………………………………………8

16. TRANSIT INSURANCE .......................................... 8

17. PHYTOSANITARY CERTIFICATE ............................ 8

18. RISK PURCHASE ................................................... 8

19. FORCE MAJEURE CLAUSE…………………………………..9

20. NON-DISCLOSURE AGREEMENT ......................... 9

21. SETTLEMENT OF DISPUTES/ARBITRATION…………10

22. INFORMATION TO THE BIDDERS ...................... 10

23. MAKE IN INDIA (GOVT-NOTIFICATION) ............ 10

24. RESTRICTIONS UNDER RULE 144(xi)……………………12

25. NOTE……………………………………………………………….13

1. GENERAL.

These general terms & conditions shall apply to all the Tender

Enquiries, notice inviting tenders, request for quotations

concerning the supply of goods and / or rendering of services

to Bharat Heavy Electricals Ltd., HEEP, Haridwar (hereinafter

referred to as BHEL or the Purchaser). In case of placement of

order these conditions will become part of purchase order

until unless the deviations are specifically agreed by BHEL.

2. ORIGIN OF QUOTATION.

a) The quotation should preferably be from the principal

bidder. However tender specific authorized registered

dealer / agent can also submit the bid on their behalf, failing

which the quotation is liable to be ignored. BHEL prefers to

deal directly with the principal manufacturers.

b) An agent cannot quote on behalf of more than one

principal in the same Tender Enquiry.

3. SUBMISSION OF TENDER.

A) Bid/Quotation must be enclosed in sealed cover on

which tender enquiry number and the due date MUST

BE written and be invariably sent under REGISTERED

POST / SPEED POST / COURIER/Dropped in the Tender

Box: addressed as follows: -

Quotation against Enquiry No._______________ Dated:

____________________

Due on: ___________________

To,

THE HEAD OF MATERIALS MANAGEMENT,

Heavy Electrical Equipment Plant,

Bharat Heavy Electricals Limited,

HARIDWAR-249403 (Uttarakhand), INDIA.

B) TENDER BOX is located at TENDER ROOM, Room No. -

415, 4th Floor, Main Admin. Building, BHEL-HEEP,

Haridwar.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 2 of 13

C) In case of Three / Two Part Bid, technical bid containing

technical offer, duly signed; and un-priced copy of the

Price Bid should be kept in one envelope. Price Bid

containing only the price should be kept in a separate

envelope. All envelopes indicating Part-1 or Part-2 or

Part-3 as the case may be to be put in a bigger

envelope. Please note that un-priced bid should be the

exact replica of price bid but without prices.

D) The bid / quotation must be posted before due date,

keeping allowance for postal transit time. Quotations

sent by any mode but not received in time will be

ignored. Tender received through authorized E-mail is

also acceptable. However, in time submission of

tender in tender box shall be the responsibility of the

bidder, sent through any mode. Documents submitted

with the offer / bid shall be signed and stamped in each

page by authorized representative of the bidder.

E) Any additional documents submitted by supplier /

bidder, during processing of registration application /

tender or after placement of order shall not be

accepted unless it is submitted with forwarding letter

and duly signed and stamped.

F) The bids of the bidders who are on the banned list and

also the bids of the bidders, who engage the services

of the banned firms, shall be rejected. The cutting /

overwriting in the bid / offer must be duly attested by

the signatories to the bid. The list of firms banned by

BHEL is available on BHEL web site www.bhel.com.

G) Being PMD vendor, if you are not quoting against this

tender enquiry, please send your regret letter

positively for our reference with valid reasons for not

participating in the tender enquiry. Repeated lack of

response on the part of bidder may lead to deletion of

such PMD vendor from BHEL’s approved vendor list.

H) The bidders will submit Integrity Pact, duly signed by its

authorized signatory, along with their bids wherever

estimated tender value is Rs. 2 Crore or more.

I) In case of open tender, technically qualified unregistered

bidders may apply online for registration through

http://www.bhel.com/index.php/vender.

J) BHEL reserves the right to award tendered quantities among

more than one bidder (after acceptance of L1 price by the

other bidders). BHEL can also consider awarding of part of

the tendered quantity to other than L-1 bidder at L1 counter

offered rates, if the quantity offered by the L-1 bidder is less

than the quantity tendered for.

If the counter offer is to be given to other qualifying

Vendor(s) (e.g. in case of splitting of order, MSE Vendors or

the case of Purchase preference to make in India), then the

basic price for each qualifying vendor has to be calculated

taking the landed cost of the L1 vendor as reference. Basic

price will be calculated by working backwards from the

landed cost of L1 vendor in following manners;

(1) Counter offer in case of MSE Vendor(s) or the case of

Purchase preference to make in India:

Landed cost of L-1 vendor will be reduced by notional

loading of late delivery penalty to the extent the same is not

applicable to the vendor being counter offered. The result

so arrived at will be put as landed cost and basic price to be

counter offered will be worked backward therefrom in price

structure of the concerned vendor.

(2) Counter offer in case of Splitting:

Landed cost of L-1 vendor will be reduced by custom duty

and notional loading of late delivery penalty to the extent

the same is not applicable to the vendor being counter

offered. The result so arrived at will be put as landed cost

and basic price to be counter offered will be worked

backward therefrom in price structure of the concerned

vendor.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 3 of 13

If the basic price so computed is less than the basic price of

the L1 vendor, then this basic price shall be counter offered,

otherwise the basic price of L1 vendor shall be counter

offered.

K) BHEL may also reduce the Tender Quantity for offering it to

Micro & Small Enterprise (MSE) Indian Vendors as per

applicable Government of India rules whose prices are

within 15% of L1 prices as per directives of Government of

India.

L) In case of e-Tendering (Online bidding through e portal),

offline bid submitted in hard copy or in any other form by

the vendor / supplier will not be accepted and will be

rejected out rightly. Only e-portal bid will be accepted.

4. TENDER OPENING.

Tender opening is scheduled to start in the Tender Room at

2:00 PM, on the due date. Therefore, bid / quotations must

reach this office / tender Box latest by 1:45 PM on due date.

Only participating bidders are allowed to attend tender

opening. TENDERS RECEIVED AFTER THE SPECIFIED TIME OF

THEIR 'SUBMISSION' WILL BE TREATED AS LATE TENDERS

AND SHALL NOT BE CONSIDERED UNDER ANY

CIRCUMSTANCES. The bidders or their authorized

representatives may be allowed to attend tender opening if

duly authorized by their principals, through a tender specific

letter on that particular day. General authorization letter is

not acceptable.

Note: - Foreign bidders willing to attend the bid opening

has to provide the requisite documents to the concerned

Purchase executives for arranging gate pass for them.

5. SPECIFICATION, DRAWINGS & STANDARD.

a) Bidders must give their detailed specification in the

quotation along with relevant technical literature /

catalogue etc. against the tender enquiry.

b) The Bid should be accompanied with relevant copies of

catalogues, drawings or specification as per tender enquiry.

If these documents are not furnished, the offer is liable to

be rejected.

c) Wherever national / international (N/IN) standards are

referred, the latest N/IN standards are to be followed.

Mention year & date of standard revision that shall be

followed for the supply.

d) All Drawings and Standards are proprietary of BHEL. It must

not be used in anyway detrimental to the interest of BHEL

or without permission of BHEL.

6. PRICE SCHEDULE.

a) Kindly quote your prices in figures and words both. In case

of any discrepancy in value, the prices quoted in words shall

be considered for evaluation and establishing L1 status.

b) Prices quoted should not be more than the prices quoted to

any other BHEL units / offices / divisions. Vendor to submit

copy of latest Purchase Order placed by any unit of BHEL for

similar items in the technical bid. In case no order has been

placed on such items, specific confirmation that no order

has been placed on such items should be provided.

c) Bidders need to quote their prices on CFR any sea port in

Mumbai or FCA basis to the named airport in

Euro/USD/JPY/UK Pound/SF/Singapore Dollar or any other

Internationally freely tradable currency only. The name of

the currency should be clearly indicated in your bids.

d) In case the vendor quotes the prices on CFR basis and BHEL

accepts the delivery term on CFR, 0.25 % (of CFR

Value) towards port handling charges & 1.5 % (of CFR Value)

towards inland freight or actual freight charges as per BHEL

freight rate contract whichever is higher, shall be loaded in

the prices for ascertaining the landed cost to decide the

comparative status of the prices.

e) However, if BHEL agrees to accept the FOB delivery terms,

the FOB prices shall be loaded 2.0% (of FOB Value) towards

sea freight, 0.25% (of FOB Value) towards port handling

charges & 1.5% (of FOB value) towards inland freight for

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 4 of 13

ascertaining the landed cost to decide the comparative

status of the prices.

f) Basis of Evaluation for Bid / Quotation in foreign currency:

1. Currency exchange rate (TT selling rates of SBI) for

evaluation of the bid / quotation received in foreign

currency will be as follows:

2. Single part bid – Date of tender opening.

3. Two / Three-part bid – Date of part 1 opening.

4. Reverse auction – Date of part-1 opening.

Note: - Financial evaluation of L1, L2 ------- status will be on the

basis of Landed Cost to BHEL.

f1) Currency of Evaluation shall be INR.

g) Evaluation of Indian Agents Commission:

1. BHEL prefers to deal directly with foreign bidder, wherever

required, for procurement of Goods. However, if the Foreign

Principal desires to avail services of an Indian Agent then the

Principal should ensure compliance to applicable guidelines.

2. The FOB / CIF price quoted will be deemed to be inclusive of

Indian Agency commission. Agency commission if payable

shall be converted to Indian Rupees at TT buying rates of

exchange ruling on tender opening date which shall not be

subjected to any further exchange rate variation, as

disclosed by the bidder in his quoted FOB / CIF price will be

paid in Indian Rupees on receipt & acceptance of Materials

or it’s installation at destination, as the case may be. The lower of the TT buying rate prevailing on the date of

technical bid opening shall be considered for computation

of Agency commission.

3. In a tender either the Indian Agent on behalf of Principal /

OEM or the Principal / OEM itself can bid, but both cannot

bid simultaneously for same item / product in the same

Tender. If both OEM and its authorized agent submit their

bids separately in that case only the offer of OEM can be

considered as an exception.

h) While submitting your bids please clearly indicate:

1. Expected weight of goods (lots wise).

2. The size of packed goods.

3. Whether the goods can be dispatched in containers?

4. Port of Loading.

5. Port of Discharge.

7. REVERSE AUCTION.

Wherever RA is declared in the special terms and conditions

of tender enquiry, following shall be applicable and Bidders

to confirm the same:

“BHEL shall be resorting to Reverse Auction (RA) (Guidelines as available on www.bhel.com) for this tender. RA shall be

conducted among all the techno-commercially qualified

bidders.

Price bids of all techno-commercially qualified bidders shall be

opened and same shall be considered as initial bids of bidders

in RA. In case any bidder(s) do(es) not participate in online

Reverse Auction, their sealed envelope price bid along with

applicable loading, if any, shall be considered for ranking.”

8. DELIVERY TERMS.

a) Goods shall be dispatched by sea, unless stated otherwise in

the tender enquiry or purchase order.

b) Specifically confirm your agreement to change the mode by

Air at BHEL's request as per mutually agreed terms even after

placement of Purchase Orders.

c) The Trans-shipment is not permissible in case of Break Bulk

Cargo. In rest of the case Trans-Shipment condition in BHEL

purchase order / letter of credit will be as per Uniform Custom

and Practice for documentary credits, UCP 600 of

International Standard Bank proceed re-issued by

International chamber of Commerce (ICC).

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 5 of 13

d) Any demurrage / Godown Rent payable to the Port

Authorities due to any delay attributed by the supplier will

be recovered from supplier’s account.

e) A certificate of origin (COO) sanctioned in country of origin

from chamber of commerce of the manufacturing country is

to be provided mandatorily. However, a certificate of origin

(COO) from the countries under the restricted list of Govt.

of India will not be acceptable.

f) For reasons of delay in receipt of documents from suppliers

or due to the same being found to be incomplete, and / or

faulty, the suppliers shall be responsible to reimburse in all

demurrages / wharfages, if any paid by BHEL (for stated

reasons).

g) Load port charges shall be settled by the supplier and not be

passed on to BHEL in form of destination charges.

h) In the event of bidder offering CFR delivery terms for

delivery in FCL (Full Container Load), the bidder shall provide

21 days’ time free of detention for General Purchase Container / High Cube Container and 14 days for the other

types from the date of delivery at delivery port. Wherever

the detention free period offered is less than the above

specified period, the consequential cost at port of clearance

shall be to the account of the bidder. Number of detention

free days must be mentioned on Bill of Lading (BL).

i) In case of CFR delivery, Port congestion charges or any

additional charges claimed by shipping line till delivery at

destination port shall be to the bidder’s account.

j) The shipping line should be ready to move the containers to

consignees nominated CFS (Container Freight Station) yard

and Indian agent of shipping line should issue Cargo Arrival

Notice (CAN) 7 days in advance for filing the IGM (Import

General Manifest) at discharge port.

k) In case of CFR contract, bidder to supply the material

through a Certified Sea worthy vessel.

l) The invoices being issued by shipping lines must be in the

name of BHEL. Any loss in GST due to submission of

discrepant document will be recovered from supplier /

vendor.

m) While booking the shipment, bidder to also finalize

destination charges and the same should appear over BL or

agreed tariff to be provided to BHEL before arrival of

shipment.

n) If cargo is stuffed in container, then the same should be

allowed to be moved to CFS of importers choice without any

additional charges.

o) NNDs (Non Negotiable Documents) (preferably with OBLs)

should be sent to BHEL as detailed in para “p” (below), at least

7 days in advance i.e. 7 days before the arrival of vessel so as

to enable BHEL to move the containers to JWC CFS.

p) Information related to OBL / AWB Documents:

I. Consignee name and address should be same as mentioned in

the Purchase order.

II. Notify party: Name and address will be as follows :( For

discharge port Mumbai or Nhava Sheva)

Bharat Heavy Electricals Limited

14th Floor World Trade Centre-1, Cuffe Parade, Colaba,

Mumbai -400005

Email: [email protected] & [email protected] (in case of Sea

Shipments)

Email: [email protected] and [email protected] (in Case of Air

shipments)

For latest updating please refer our web site:

https://hwr.bhel.com

III. OBL should clearly mention the Indian agent address and

contact details.

IV. OBL should be issued as per UCP 600.

V. In case of shipments other than FOB, OBL should mention

the container detention free period.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 6 of 13

VI. In case of placement of an Order, BHEL requests bidder to

supply one Original Bill of Lading / AWB directly to BHEL-

Mumbai office (Address at Para “p-II”) with other non-

negotiable documents to ensure timely clearance of goods.

The other Original Bill of Ladings (BL) may be routed

through bank based on the other agreed terms and

conditions of purchase order.

9. LIQUIDATED DAMAGES (LD) FOR LATE DELIVERY.

a) Where items of Purchase Order are independently usable.

Liquidated Damages (LD) for Late Deliveries shall be

applicable @0.5% per week or part thereof on the value of

respective delayed supplies subject to a maximum of 10% of

the value of respective delayed supplies. Value of delayed

supplies will mean the Gross Value payable to the vendor

(Before LD) against such supplies excluding taxes and duties.

b) Where the total items are required for a main equipment

and items are interdependent.

Liquidated Damages (LD) for Late Deliveries shall be

applicable @0.5% per week or part thereof on total value of

Purchase Order subject to maximum of 10% of the total

value of Purchase Order. Purchase Order value for this

purpose shall be the Total Gross Value payable to the vendor

(Before LD) excluding taxes and duties.

“In case of CFR shipment where BHEL accepts the date of inspection as the date of delivery for the purpose of LD, the

vendor has to ensure the shipment within 30 days for

containerized cargo and 45 days maximum for Break bulk

cargo from the date of inspection. Any delay, beyond this

period, which is not attributable to BHEL shall be considered

for application of LD.”

“In case of FOB shipment, vendor has to intimate the readiness of cargo after inspection to BHEL nominated

Freight forwarder minimum 15 days in advance for

containerized cargo and 30 days in advance for Break bulk

cargo before the FOB delivery date. The delay in shipment

due to late intimation to BHEL nominated freight forwarder

and not attributable to BHEL will be considered for

application of LD”.

c) Bidders are requested to quote the best delivery meeting the

delivery requirements. BHEL reserves the right to reject the

offers not meeting BHEL's delivery requirement.

d) Commencement of delivery period shall be reckoned from the

date of PO / LOI or any other agreed milestone.

e) Bidder shall deliver the goods in the manner and schedule

agreed under the terms and conditions of Purchase order.

f) The delivery date for LD purpose will be the Bill of Lading

Date/Air way bill.

g) Payment of Liquidated Damages (LD) shall not in any way

relieve the vendor from any of its obligations & liabilities

under the contract.

10. PAYMENT TERMS.

a) BHEL’s standard payment term is Payment after Receipt and

Acceptance of Material / Item at HEEP, BHEL-Store or at

desired destination unless otherwise specified in Special

Terms attached to the tender enquiry.

b) BHEL reserves the right to accept or reject the offer of the

bidder who quotes the payment term other than BHEL’s standard payment term.

c) Where the payments are through bank, the documents may

be presented for negotiation through BHEL designated banks

which will be specified in Purchase order. Documents should

be submitted within 5 days of vessel sailing and receipt of OBL

from shipping line.

d) In case BHEL agrees for payment through LC, the same shall

be irrevocable, unconfirmed and will be opened 30 days prior

to the scheduled delivery and will be valid for a period of 60

days.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 7 of 13

e) In case of payment after receipt and acceptance of material,

100% payment will be made within 75 days from the date of

invoice subject to submission of non-discrepant documents

within 15 days of supply as per terms and conditions of

Purchase Order. In case any discrepancy found in the

documents, BHEL will notify the same to vendor within 7 days

of receipt. Vendor has to clear all the discrepancies in one go

within 7 days thereafter else the payment may get delayed.

The loading criteria for the different payment terms shall be

as under;

Payment Terms Days of

Loading

After Receipt & Acceptance of

material within 75 days of supply.

No Loading

Against Delivery at BHEL-Stores

Haridwar.

45

Against documents through bank

(CAD):

45

Letter of Credit (LC) 120

Usance LC

No Loading if usance period is > 120

Days.

Loading of days difference i.e difference

between 120 days and usance period if

the usance period is < 120 days.

Advance Delivery Period + 120 Days -Advance

Payment Days

11. BANK GUARANTEE.

In case the bank guarantees are required to be deposited

towards security deposit / performance guarantee or for any

other purpose as per the terms of this tender enquiry, such

bank guarantees of the requisite value in the denominated

currency of the purchase order should be from one of the

Indian branch of BHEL consortium banks and the bank

guarantee should be in the proforma as prescribed by BHEL.

The proforma of bank guarantee and the list of consortium

banks are displayed at BHEL website www.bhelhwr.co.in.

However, in case the bank guarantee is not from BHEL

consortium banks, then the bidder has to get the bank

guarantee confirmed from one of the Indian branch of BHEL

consortium banks and the bank charges for such confirmation

will be borne by the bidder.

12. GUARANTEE / WARRANTY AND CORRESPONDING

REPAIRS / REPLACEMENT OF GOODS.

a) Goods shall comply with the specifications for material,

workmanship and performance. Unless otherwise specified,

the warranty shall be for a period of 18 months from the date

of receipt. If the delivery is found non-compliant during the

warranty period, leading to rejection, the Seller shall arrange

free replacement / repair of goods, within one month from

the date of intimation or any mutually agreed period. The

rejected goods shall be taken away by the Seller at his cost

and replaced on Delivered Duty Paid (DDP) (FOR - BHEL Stores

/ designated destination basis) within such period. In the

event of the Seller’s failure to comply, Purchaser may take action as appropriate, including Repair / Replenish rejected

goods & disposal of rejections, at the risk & cost of the Seller.

In case the defects attributable to Seller are detected during

processing of the goods at BHEL or at our subcontractor’s works, the Seller shall be responsible for free replacement /

repair of the goods as required by BHEL.

b) In case the material is rejected, then date of replacement will

be considered as the actual date of delivery.

c) The bidder shall have to pay 5% incidental charges while

taking back supplied material if it is found rejected on receipt.

The rejected material shall be sent back only after receipt of

replacement /submission of BG/refund of amount paid.

13. QUALITY REQUIREMENT.

Your bid/quotation should have specific confirmation

regarding meeting all our quality requirements such as. (i)

Test Certificate (TC), (ii) Guarantee Certificate (GC) / Warranty

Certificate (WC), (iii) Quality Plan (QP) (if applicable); and (iv)

Pre-Dispatch Inspection at your works (if applicable).

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 8 of 13

14. VALIDITY.

The quotation should be valid for a minimum period of 90

days effective from the date of opening of tender, unless

otherwise specified in the tender enquiry.

15. RIGHT OF ACCEPTANCE.

a) BHARAT HEAVY ELECTRICALS LIMITED HARIDWAR reserves

the right to reject any or all the bids / quotations without

assigning any reason thereof. BHEL also reserves the right to

increase or decrease the tendered quantities. Bidders

should be prepared to accept order for reduced quantity

without any extra charges.

b) Any discount / revised offer / bids submitted by a bidder on

its own shall be considered, provided it is received on or

before the due date and time of offer / bid submission (Part-

1). Conditional discounts shall not be considered for

evaluation of tenders.

c) Unsolicited discounts / revised offers / bids given after Part-

1 bid opening shall not be accepted. No change in price will

be permitted within the validity period asked for in the

tender enquiry.

d) In case of changes in scope and / or technical specification

and / or commercial terms & conditions having price

implication, techno-commercially acceptable bidders shall

be asked by BHEL to submit the impact of such changes on

their price bids. In case a bidder opts to submit revised price

bid instead of impact called for, then latest price bid shall

prevail. However, in both situations, original price bid will be

necessarily opened.

e) The bidder whose bid is technically not accepted will be

informed & EMD wherever submitted shall be returned

after finalization of contract. EMD shall be forfeited in the

event of bidder opting out after tender opening.

f) BHEL reserves the right to short close the existing Purchase

Order / Rate Contract / Work Order or any extension thereof

at any stage.

16. TRANSIT INSURANCE.

a) Transit Insurance will be covered by BHEL under its open

Marine Insurance Policy. Seller shall inform dispatch

particulars (Purchase Order, RR/GR/BL/ AWB, Invoice value

etc.) to Finance department (Store bill Section), BHEL Ranipur

Haridwar (Uttarakhand -India) with value of consignment to

the Purchaser within 07 days of dispatch for BHEL to arrange

insurance coverage in its policy. Failure on the part of seller to

inform dispatch particulars will make him liable to pay for any

transit damages / losses suffered by the Purchaser.

b) If Quoted Prices are inclusive of transit insurance, no

weightage shall be given while evaluating the bids for Cost

of Insurance, being in BHEL Scope.

17. PHYTOSANITARY CERTIFICATE:

a) As per the Indian Law, all consignments being imported into

India by air / sea require a phytosanitary certificate from the

country of origin-if articles have been packed with wooden

packaging materials. This is mandatory. Please confirm in

your offer / dispatch documents that the required

phytosanitary certificate will be submitted.

b) Packaging material means any kind of material of plant

origin used for packing which include hay, straw wood

shavings, wood chips, saw dust, wood waste, wooden

pallets, dunnage mats, wooden packages, coir pith, peat or

sphagnum moss etc.

18. RISK PURCHASE.

In case of abnormal delays (beyond the maximum late delivery

period as per LD clause) in supplies / defective supplies or non-

fulfillment of any other terms and conditions given in Purchase

Order, BHEL may cancel the Purchase Order in full or part

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 9 of 13

thereof, and may also make the purchase of such material from

elsewhere / alternative source at the risk and cost of the

supplier. BHEL will take all reasonable steps to get the material

from alternate source at optimum cost. If bidder does not agree

to the above Risk Purchase Clause, BHEL reserves the right to

reject the offer. In case for compelling reasons BHEL accepts the

offer without acceptance of this clause by the bidder and in the

eventuality of Risk Purchase, appropriate action will be taken as

per BHEL extant rules. This will be without prejudice to any

other right of BHEL under the contract or under General Law.

19. FORCE MAJEURE CLAUSE.

Notwithstanding any other thing contained anywhere else

in the contract or PO (Purchase Order), In case the discharge

of obligation under the contract by either party is impeded

or made unreasonably onerous, neither party shall be

considered in breach of the contract to the extent that

performance of their respective obligation is prevented by

an event of Force Majeure that arises after the effective

date (PO date).

In the above clause, Force Majeure means an event beyond

the control of the parties to the contract which prevents a

party from complying with any obligation of the contract

including but not limited to:

a) Act of God (Such as but not limited to earthquake, drought,

tidal waves, floods etc.).

b) War (whether war be declared or not), Hostilities Invasion,

Act of foreign enemy etc.

c) Rebellion, revolution, insurrection, civil war etc.

d) Contamination of Radio Activity from any nuclear fuel or

from any other nuclear waste or any other hazardous

materials.

e) Riots, commotions, strike unless restricted to the

employees of supplier.

f) Acts of terrorism.

g) Other unforeseeable circumstances beyond the control of

the parties and which the affected party cannot avoid even

by using its best efforts.

h) Cancellation of contract by customer.

i) Change in law/ government. Regulation making the

performance impossible.

j) Pandemic or Epidemic.

The party claiming to be affected by force majeure shall notify

the other party in writing immediately without delay on the

intervention and on the cessation of such circumstances.

Irrespective of any extension of time, if an event of force

majeure occurs and its effect continues for more than 180 days

the affected party shall have right to cancel the contract.

As soon as reasonably practicable following the date of

commencement of a Force Majeure Event, and within a

reasonable time following the date of termination of a Force

Majeure Event, either Party invoking it shall submit to the other

Party reasonable proof of the nature of the Force Majeure

Event and of its effect upon the performance of the Party's

obligations under this Agreement.

The party shall, and shall ensure that its Subcontractors shall, at

all times take all reasonable steps within their respective

powers and consistent with Good Operating Practices (but

without incurring unreasonable additional costs) to:

a) Prevent Force Majeure Events affecting the

performance of the party's obligations under this

Agreement;

b) mitigate the effect of any Force Majeure Event; and

c) Comply with its obligations under this Agreement.

If the war like situation has developed in a country where a

seller’s works is located in the P.O. or there is political instability

and Indian Embassy located in that country forbids or advises

for not having any business dealing with the sellers located in

such zone / region/ country, then BHEL reserves the right to

cancel the order.

20. NON-DISCLOSURE AGREEMENT.

All Drawing and Technical Documents relating to the product or

it’s manufacture submitted by one party to the other, prior or

subsequent to the formation of contract, shall remain property

of the submitting party. Drawing, technical documents or other

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 10 of 13

technical information received by one party, shall not without

the consent of the other party, be used for any other purpose

than that, for which they were provided. Such technical

information shall not without the consent of the submitting

party, otherwise be used or copied, reproduced, transmitted or

communicated to a third party. Patterns supplied by BHEL will

remain BHEL's property which shall be returned by the bidder

on demand to BHEL. Bidder shall in no way share or use such

intellectual property of BHEL to promote his own business with

others or to gain a commercial advantage. BHEL reserves the

right to claim damages from the bidder, or take appropriate

action as deemed fit against the bidder, for any infringement of

the provisions contained herein as available under law or

equity.

21. SETTLEMENT OF DISPUTES/ARBITRATION.

Any dispute/difference arising out of or in connection with this

contract, including any question regarding its existence, validity

or termination, shall be referred to and finally resolved by

arbitration under the Arbitration and Conciliation Act, 1996 of

India by a Sole Arbitrator to be appointed with mutual consent

of the parties. Such Sole Arbitrator shall be either a retired

judge of Supreme Court or High Court or District Court of India

or some Advocate having practiced in Indian Courts. The seat or

place of arbitration shall be New Delhi, India. The language to

be used in the arbitration shall be English. The governing law of

the contract shall be the substantive law of India. In case the

parties fail to agree on the appointment of arbitrator within 2

months of the notice invoking arbitration by one party, then the

arbitrator shall be appointed in accordance with the Arbitration

and Conciliation Act, 1996 of India.

JURIDICTION: The courts of New Delhi, India, shall have

exclusive jurisdiction.

22. INFORMATION TO THE BIDDERS.

a) Purchase related information is available at our

Business-to-Business (B2B) Portal available on our

website https://hwr.bhel.com.The user ID & password

can be obtained by sending a request to concerned

purchase executives.

b) Intimate your change in mail address or

communication address or changes, if any, by email to

AGM (SDX/MM) giving your bidder Code.

c) Please resolve your rejections and unexecuted

overdue purchase order immediately which are posted

at our B2B Portal, which can be visited through our site

https://hwr.bhel.com.

d) Copy of this Tender Enquiry is being sent through the

post/ Courier / E-mail or by any existing means.

e) Invoice description and Unit of measurement should

be strictly in accordance with Purchase order.

f) Unit of measurement for dimension and weight should

be in metric system only.

g) The Bidder declares that they will not enter into any

illegal or undisclosed agreement or

understanding, whether formal or informal with

other bidder(s). This applies in particular to prices,

specifications, certifications, subsidiary contracts,

submission or non-submission of bids or any other

actions to restrict competitiveness or to introduce

cartelization in the bidding process.

In case, the bidder is found having indulged in above

activities, suitable action shall be taken by BHEL as per

extant policies/ guidelines.

h) Supplier must upload digitally signed e-Invoice on B2B

portal for processing of Bills.

In other cases, inked signed hard copy of Invoice to be

submitted for processing of Bills.

23. MAKE IN INDIA (GOVT-NOTIFICATION).

A. This tender enquiry shall be governed by notification no. P-

45021/2/2017-PP (BE-II) dated 04.06.2020 of government

of INDIA and subsequent circulars issued afterwards.

Accordingly, the minimum local content, the margin of

purchase preference and the procedure for preference to

make in INDIA shall be adhered.

B. The margin of purchase preference shall be 20%.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 11 of 13

‘Class-I local Supplier’ means a supplier or service provider, whose goods, services or works offered for

procurement, has local content equal to or more than

50%, as defined under this order.

‘Class-II local Supplier’ means a supplier or service provider, whose goods, services or works offered for

procurement, has local content more than 20% but

less than 50%, as defined under this order.

‘Non- local Supplier’ means a supplier or service provider, whose goods, services or works offered for

procurement, has local content less than or equal to

20%, as defined under this order.

C. Vendor to specifically confirm if they are Class-I or Class-II

local supplier or not as per above mentioned notification.

Accordingly, the ‘Class-I local supplier’/ ‘Class-II local

Supplier’ at the time of tender, bidding or solicitation shall

be required to indicate percentage of local content and

provide self-certification that the item offered meets the

local content requirement for ‘Class-I local supplier’/ ‘Class-

II local Supplier’, as the case may be. They shall also give

details of the location(s) at which the local value addition is

made.

D. In cases of Procurement for a Value in Excess of Rs. 10

Crores, the ‘Class-I local supplier’/ ‘Class-II local Supplier’ shall be required to provide a Certificate from the Statutory

Auditor or Cost Auditor of the Company (in the case of

companies) or from a practicing Cost Accountant or

practicing Chartered Accountant (in respect of suppliers

other than companies) giving the percentage of Local

Content.

E. Requirement of Purchase Preference:

Purchase preference shall be given to ‘Class-I local supplier’ in procurements undertaken by procuring entities in the

manner specified hereunder -

a. In the procurements of goods or works, which are

covered by para 3(b) of mentioned Govt. circular

and which are divisible in nature, the ‘class-I local

supplier’ shall get purchase preference over ‘Class-

II supplier’ as well as ‘Non-local supplier’, as per following procedure:

i. Among All qualified bids, the lowest bid will

be termed as L1. If L1 is ‘Class-I local

supplier’, the contract for full quantity will be awarded to L1.

ii. If L1 bid is not a ‘Class-I local supplier’, 50% of the order quantity shall be awarded to L1.

Thereafter, the lowest bidder among the

‘Class-I local supplier’ will be invited to match the L1 price for the remaining 50% quantity

subject to the class-I local supplier’s quoted price falling within the margin of purchase

preference, and contract for that quantity

shall be awarded to such ‘Class-I local

supplier’ subject to matching the L1 price. In

case such lowest eligible ‘Class-I local

supplier’ fails to match the L1 price or accepts less than the offered quantity, the next higher

‘Class-I local supplier’ within the margin of purchase preference shall be invited to match

the L1 price for remaining quantity and so on,

and contract shall be awarded accordingly. In

case some quantity is still left uncovered on

Class-I local supplier, then such balance

quantity may also be ordered on the L1

bidder”. b. In the procurements of goods or works, which are

covered by para 3(b) of mentioned Govt. circular

and which are not divisible in nature, and in

procurement of services where the bid is evaluated

on price alone, the ‘class-I local supplier’ shall get purchase preference over ‘Class-II supplier’ as well as ‘Non-local supplier’, as per following procedure: i. Among all qualified bids, the lowest bid will

be termed as L1. If L1 is ‘Class-I local

supplier’, the contract will be awarded to L1.

ii. If L1 is not ‘Class-I local supplier’, the lowest bidder among the ‘Class-I local

supplier’, will be invited to match the L1 price subject to Class-I local supplier’s quoted price falling within the margin of

purchase preference, and the contract

shall be awarded to such ‘Class-I local

supplier’ subject to matching the L1 price. iii. In case such lowest eligible ‘Class-I local

supplier’, fails to match the L1 price, the ‘Class-I local supplier’ with the next higher bid within the margin of purchase preference

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 12 of 13

shall be invited to match the L1 price and so

on and contract shall be awarded accordingly.

In case none of the ‘Class-I local supplier’ within the margin of purchase preference

matches the L1 prices, the contract may be

awarded to the L1 bidder.

c. ‘Class-II local supplier’ will not get purchase preference

in any procurement, undertaken by procuring entities.

F. For this procurement, the local content to categorize a

supplier as a Class-I local supplier/ Class-II local supplier/

Non-local supplier and purchase preference to Class-I local

supplier, is as defined in Public Procurement (Preference to

Make in India), Order 2017 dated 04.06.2020 issued by

DPIIT. In case of subsequent orders issued by nodal

ministry, changing the definition of local content for the

items of the NIT, the same shall be applicable even if issued

after issue of this NIT, but before opening of Part-II bids

against this NIT.

G. Procurements where estimated value to be procured is less

than Rs. 5 lakhs shall be exempted from GOI order No. P-

45021/2/2017-PP (BE-II) dated 04.06.2020.

H. For procurement of Goods & Services which are divisible in

nature, following shall be operated for MSE bidders under

Public procurement Policy for the Micro and Small

Enterprises (MSEs) Amendment Order, 2019, Ref. No. AA:

SSP: MSE: Amndt, dtd. 30.11.2018, Circular No. 44 of 2018-

19;-

a. If L1 bid is not from “Class-I local Supplier” and price quoted by MSE bidder falls within the margin of Purchase

preference (L1+15% for MSEs), then 25 % of total order

quantity of respective item (rounded off to nearest

number) shall be awarded to MSE bidder, subject to MSE

bidder matching the L1 Price. Out of Remaining 75%

quantity, distribution shall be operated as per below sub-

clause (2) –

b. If “Class- I Local Supplier” (Next to L1, other than MSE) quoted price falling within the Margin of Purchase

Preference, and “Class-I local supplier” matches the L1 price, then 50% of remaining Quantity (after allocation of

25% to MSE) i.e. 37.5% shall be awarded to local supplier

and 37.5% shall be awarded to foreign bidder.

Note: L1 Price refers to lowest evaluated / landed cost to

Company.

For Further details, please refer GOI order no. P-45021 / 2 /

2017 - PP (BE-II) dated 04.06.2020.

24. RESTRICTIONS UNDER RULE 144(XI) OF THE GENERAL

FINANCIAL RULES (GFRs), 2017

All provisions of Order No. F.No.6/18/2019-PPD of Department

of Expenditure (DoE) shall be applicable for this tender enquiry

(Order copy is available at https://doe.gov.in/procurement-

policy-divisions). Accordingly, any bidder from a country which

shares a land border with India (except the countries to which

the Govt. of India has extended lines of credit or in which the

Govt. of India is engaged in development projects for which list

is available at https://www.mea.gov.in/) will be eligible to bid

in this tender only if the bidder is registered with the Competent

Authority as specified in Annex I of the said Order of DoE.

Updated list of the countries to which lines of credit have been

extended or in which development projects are undertaken are

available on the Ministry of External affairs website

(https://www.mea.gov.in/)

For the purpose of this order, definition of Bidder from a

country which shares a land border with India shall be same as

defined in the Annex III of the said order.

Registration with the competent authority as stipulated in the

said order is responsibility of bidder. Bidder has to submit a

certificate certifying following along with offer:

"I have read the clause regarding restrictions on procurement

from a bidder of a country which shares a land border with

India; I certify that bidder (…. Name of Bidder) is not from such a country or, if from such a country, has been registered with

the Competent Authority. I hereby certify that bidder (…..Name of bidder) fulfils all requirements in this regard and is eligible to

be considered"

If the bidder is from such country which shares a land border

with India evidence of valid registration by the Competent

Authority shall also be attached along with offer.”

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Foreign Bidders (Version June-2021,Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be

ignored.

P a g e | 13 of 13

25. NOTE.

a) Special conditions of enquiry, if enclosed by BHEL, will

supersede the respective standard/general terms of

enquiry.

b) Any other Standard terms and Conditions of the bidder

attached/referred against the tender enquiry will be treated

as null and void ab initio.

c) In order to protect the commercial interests of BHEL, it

becomes necessary to take action against suppliers /

contractors by way of suspension of business dealings, who

either fail to perform or are in default without any

reasonable cause, cause loss of business / money /

reputation, indulged in malpractices, cheating, bribery,

fraud or any other misconducts or formation of cartel so as

to influence the biding process or influence the price etc.

Guide- lines for Suspension of Business Dealings with

Suppliers / Contractors shall prevail over which is available

at BHEL website http://www.bhel.com

d) The bidder along with its associate / collaborators / sub-

contractors / sub-vendors / consultants / service providers

shall strictly adhere to BHEL Fraud Prevention Policy displayed

on BHEL website http://www.bhel.com and shall immediately

bring to the notice of BHEL-Management about any fraud or

suspected fraud as soon as it comes to their notice.

e) “BHEL shall recover the amount of compensation paid to victim(s) by BHEL towards loss of life / permanent disability

due to an accident which is attributable to the negligence of

contractor, agency or firm or any of its employees as detailed

below;

1. Victim: Any person who suffers permanent disablement or

dies in an accident as defined below.

2. Accident: Any death or permanent disability resulting solely

and directly from any unintended and unforeseen injurious

occurrence caused during the manufacturing / operation and

works incidental thereto at BHEL factories/ offices and

precincts thereof , project execution , erection and

commissioning, services, repairs and maintenance, trouble

shooting, serving , overhaul, renovation and retrofitting , trial

operation, performance guarantee testing undertaken by the

company or during any works / during working at BHEL Units/

Offices/ townships and premises/ project sites.

3. Compensation in respect of each of the victims:

(i) In the event of death or permanent disability resulting from

Loss of both limbs: Rs. 10,00,000/-(Rs. Ten Lakh).

(ii) In the event of other permanent disability: Rs. 7,00,000/-

(Rs. Seven Lakh).

Permanent Disablement: A disablement that is classified as a

permanent total disablement under the proviso to Section 2(I)

of the Employees Compensation Act, 1923.”

f) The bidder shall be in compliance with applicable laws, rules

and regulations throughout the terms of the contract for

conducting its business generally and to perform its

obligations under this contract.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 1 of 13

Table of Contents

1. GENERAL ..................................................................... 1

2. ORIGIN OF QUOTATION .............................................. 1

3. SUBMISSION OF TENDER ............................................ 1

4. TENDER OPENING ....................................................... 2

5. SPECIFICATION, DRAWINGS & STANDARD ................. 2

6. PRICE SCHEDULE ......................................................... 3

7. REVERSE AUCTION ...................................................... 3

8. DELIVERY TERMS ......................................................... 3

9. LD FOR LATE DELIVERY ................................................ 4

10. PAYMENT TERMS .................................................... 4

11. TAXES & DUTIES ...................................................... 5

12. BANK GUARANTEE .................................................. 6

13. GUARANTEE / WARRANTY AND CORRESPONDING

REPAIRS / REPLACEMENT OF GOODS ................................. 6

14. QUALITY REQUIREMENT ......................................... 6

15. VALIDITY .................................................................. 6

16. RIGHT OF ACCEPTANCE ........................................... 6

17. TRANSIT INSURANCE ............................................... 7

18. RISK PURCHASE ....................................................... 7

19. FORCE MAJEURE CLAUSE ........................................ 7

20. NON-DISCLOSURE AGREEMENT .............................. 8

21. SETTLEMENT OF DISPUTES / ARBITRATION ............ 8

22. WHARFAGE / DEMURRAGE RESPONSIBILITY .......... 8

23. CONDITIONS FOR AVAILING MICRO & SMALL

ENTERPRISES (MSE’S) BENEFITS .......................................... 8

24. INFORMATION TO THE BIDDERS ........................... 10

25. MAKE IN INDIA (GOVT-NOTIFICATION) ................. 10

26. RESTRICTIONS UNDER RULE 144(XI) OF THE

GENERAL FINANCIAL RULES (GFRs), 2017 ......................... 12

27. NOTE. ..................................................................... 12

1. GENERAL.

These general terms & conditions shall apply to all the Tender

Enquiries, notice inviting tenders, request for quotations

concerning the supply of goods and / or rendering of services to

Bharat Heavy Electricals Ltd., HEEP, Haridwar (hereinafter

referred to as BHEL or the Purchaser). In case of placement of

order these conditions will become part of Purchase Order (P.O)

until unless the deviations are specifically agreed by BHEL.

2. ORIGIN OF QUOTATION.

a) The quotation should preferably be from the principal bidder.

However tender specific authorized registered dealer/agent

can also submit the bid on their behalf, failing which the

quotation is liable to be ignored. BHEL prefers to deal directly

with the principal manufacturers.

b) An agent cannot quote on behalf of more than one principal

in the same Tender Enquiry.

3. SUBMISSION OF TENDER.

a) Bid / Quotation must be enclosed in sealed cover on which

tender enquiry number and the due date MUST BE written

and be invariably sent under REGISTERED POST / SPEED POST

/ COURIER / Dropped in the Tender Box: addressed as follows:

-

Quotation against Enquiry No._______________

Dated: ____________________

Due on: ___________________

To,

THE HEAD OF MATERIALS MANAGEMENT,

Heavy Electrical Equipment Plant,

Bharat Heavy Electricals Limited,

HARIDWAR-249403 (Uttarakhand), INDIA.

b) TENDER ROOM is located at: Room No. - 415, 4th Floor, Main

Admin. Building, BHEL-HEEP, Haridwar.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 2 of 13

c) In case of Three / Two Part Bid, technical bid containing

technical offer, duly signed and un-priced copy of the Price Bid

should be kept in one envelope. Price Bid containing only the

price should be kept in a separate envelope. All envelopes

indicating Part-1 or Part-2 or Part-3 as the case may be to be

put in a bigger envelope. Please note that un-priced bid should

be the exact replica of price bid but without prices.

d) The bid / quotation must be posted before due date, keeping

allowance for postal transit time. Quotations sent by any

mode but not received in time will be ignored. Tender

received through authorized E-mail is also acceptable.

However, in time submission of tender in tender box shall be

the responsibility of the bidder, sent through any mode.

Documents submitted with the offer / bid shall be signed and

stamped in each page by authorized representative of the

bidder.

e) Any additional documents submitted by supplier / bidder,

during processing of registration application / tender or after

placement of order shall not be accepted unless it is submitted

with forwarding letter and duly signed and stamped.

f) The bids of the bidders who are on the banned list and also

the bids of the bidders, who engage the services of the banned

firms, shall be rejected. The cutting / overwriting in the bid /

offer must be duly attested by the signatories to the bid. The

list of firms banned by BHEL is available on BHEL web site

www.bhel.com.

g) Being PMD vendor, if you are not quoting against this tender

enquiry, please send your regret letter positively for our

reference with valid reasons for not participating in the tender

enquiry. Repeated lack of response on the part of bidder may

lead to deletion such PMD vendor from BHEL’s approved vendor list.

h) The bidders will submit Integrity Pact, duly signed by its

authorized signatory, along with their bids wherever

estimated tender value is Rs. 2 Crore or more.

i) In case of open tender, technically qualified unregistered

bidders may apply online for registration through

http://www.bhel.com/index.php/vender.

j) BHEL reserves the right to award tendered quantities among

more than one bidder (after acceptance of L1 price by the

other bidders). BHEL can also consider awarding of part of the

tendered quantity to other than L-1 bidder at L1 counter

offered rates, if the quantity offered by the L-1 bidder is less

than the quantity tendered for.

k) In case of e-Tendering (Online bidding through e-portal),

offline bid submitted in hard copy or in any other form by the

vendor / supplier will not be accepted and will be rejected out

rightly. Only e-portal bid will be accepted.

4. TENDER OPENING.

Tender opening is scheduled to start in the Tender Room at

2:00 PM, on the due date. Therefore, bid / quotations must

reach this office / tender Box latest by 1:45 PM on due date.

Only participating bidders are allowed to attend tender

opening. TENDERS RECEIVED AFTER THE SPECIFIED TIME OF

THEIR 'SUBMISSION' WILL BE TREATED AS LATE TENDERS

AND SHALL NOT BE CONSIDERED UNDER ANY

CIRCUMSTANCES. The bidders or their authorized

representatives may be allowed to attend tender opening if

duly authorized by their principals, through a tender specific

letter on that particular day. General authorization letter is

not acceptable.

Note: - Foreign bidders willing to attend the bid opening has

to provide the requisite documents to the concerned

Purchase executives for arranging gate pass for them.

5. SPECIFICATION, DRAWINGS & STANDARD.

a) Bidders must give their detailed specification in the quotation

along with relevant technical literature / catalogue etc.

against the tender enquiry.

b) The Bid should be accompanied with relevant copies of

catalogues, drawings or specification as per tender enquiry.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 3 of 13

If these documents are not furnished, the offer is liable to be

rejected.

c) Wherever national / international (N/IN) standards are

referred, the latest N/IN standards are to be followed.

Mention year & date of standard revision that shall be

followed for the supply.

d) All Drawings and Standards are proprietary of BHEL. It must

not be used in anyway detrimental to the interest of BHEL or

without permission of BHEL.

6. PRICE SCHEDULE.

a) Kindly quote your prices in figures and words both. In case of

any discrepancy in value, the prices quoted in words shall be

considered for evaluation and establishing L1 status.

b) Prices quoted should not be more than the prices quoted to

any other BHEL units / offices / divisions. Vendor to submit

copy of latest Purchase Order placed by any unit of BHEL for

similar items in the technical bid. In case no order has been

placed on such items, specific confirmation that no order has

been placed on such items should be provided.

c) Prices should be quoted on F.O.R. Destination basis. Transit

insurance shall be arranged by BHEL and not to be included in

the prices. The offers quoted on other than F.O.R destination

basis may result in non-consideration of such bids.

d) In case BHEL accepts the EX-Works prices, such offers will be

loaded by 1.5% of EX-Works value towards freight or with

actual freight charges as per BHEL freight rate contract

whichever is higher.

e) In case of Indigenous items covered by DGS & D Rate Contract,

the bidders should submit latest valid copy of the rate contract

along with bid / quotation

f) Applicable IGST / CGST / SGST and any other statutory levy

should be indicated separately and clearly in the bid /

quotation.

g) Bidders can dispatch goods through any Indian Bank

Association approved transporters having their branch at

HARIDWAR / destination. If material is dispatched through

other than Indian Bank Association approved transporter,

material to be delivered on door delivery BHEL Stores basis.

h) In case of dispatch of material through any other unapproved

transporter, payment shall be made only after receipt of

material and any additional charges payable to the

transporter shall be to the bidder's account.

i) Any demurrage / godown rent payable to the transporter / or

to godown’s owner due to any delay attributed by the supplier

shall be recovered from supplier’s account.

j) Currency of Evaluation shall be INR.

NB: Financial evaluation of L1, L2 …..Status will be on the basis

of Landed Cost to BHEL.

7. REVERSE AUCTION.

Wherever RA is declared in the special terms and conditions

of tender enquiry, following shall be applicable and Bidders

to confirm the same:

“BHEL shall be resorting to Reverse Auction (RA) (Guidelines as

available on www.bhel.com) for this tender. RA shall be

conducted among all the techno-commercially qualified bidders.

Price bids of all techno-commercially qualified bidders shall be

opened and same shall be considered as initial bids of bidders in

RA. In case any bidder(s) do(es) not participate in online Reverse

Auction, their sealed envelope price bid along with applicable

loading, if any, shall be considered for ranking.”

8. DELIVERY TERMS.

a) Goods shall be delivered on ‘FOR Destination’ basis to the named destination unless otherwise called for in the tender

enquiry.

b) Loading on account of 3rd party inspection charges in case of

Indian bidders shall be 0.20%.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 4 of 13

9. LIQUIDATED DAMAGES (LD) FOR LATE DELIVERY.

a) Where items of Purchase Order are independently usable.

Liquidated Damages (LD) for Late Deliveries shall be applicable

@0.5% per week or part thereof on the value of respective

delayed supplies subject to a maximum of 10% of the value of

respective delayed supplies. Value of delayed supplies will

mean the Gross Value payable to the vendor (Before LD)

against such supplies excluding taxes and duties.

b) Where the total items are required for a main equipment

and items are interdependent.

Liquidated Damages (LD) for Late Deliveries shall be applicable

@0.5% per week or part thereof on total value of Purchase

Order subject to maximum of 10% of the total value of

Purchase Order. Purchase Order value for this purpose shall

be the Total Gross Value payable to the vendor (Before LD)

excluding taxes and duties.

c) Bidders are requested to quote the best delivery meeting the

delivery requirements. BHEL reserves the right to reject the

offers not meeting BHEL's delivery requirement.

d) Commencement of delivery period shall be reckoned from the

date of PO / LOI or any other agreed milestone.

e) Bidder shall deliver the goods in the manner and schedule

agreed under the terms and conditions of Purchase order.

f) DELIVERY IN CASE OF REJECTION: In case the material is

rejected, then date of replacement will be considered as the

actual date of delivery.

g) DELIVERY AGAINST BANK DOCUMENTS: In case payment

terms quoted by bidder are documents through bank, and the

delivery terms being “FOR Haridwar / FOR Transporter Go-

down” then date of delivery will be date of intimation by

transporter / bidder of delivery of material at Haridwar for the

LD purpose.

h) Where the payments are through bank, the documents may be

presented for negotiation to BHEL authorized / nominated bank.

i) Payment of Liquidated Damages (LD) shall not in any way relieve

the vendor from any of its obligations & liabilities under the

contract.

10. PAYMENT TERMS.

a) BHEL’s standard payment term is Payment after receipt and

acceptance of materials / items at HEEP, BHEL-Store or at

desired destination unless otherwise specified in Special

Terms attached to the tender enquiry.

b) BHEL reserves the right to accept or reject the offer of the

bidder who quotes the payment term other than BHEL’s standard payment term.

c) Loading on account of deviation in payment terms shall be

done as per extant rules of BHEL-Haridwar.

d) 100% payment along with taxes, freight & insurance will be

made after receipt and acceptance of material and within 75

days from the date of invoice subject to submission of non-

discrepant documents within 15 days of supply as per terms

and conditions of Purchase Order. In case any discrepancy

found in the documents, BHEL will notify the same to vendor

within 7 days of receipt. Vendor has to clear all the

discrepancies in one go within 7 days thereafter else the

payment of vendor may get delayed.

e) For MSEs (covered under MSME Act) which are registered and

periodically renewed with BHEL, the payment will be made

within 45 days or as prescribed in the relevant act.

f) Adherence to the above time schedule of payment is

contingent upon Vendor complying with GST Rules w.r.t

availment of Input Tax Credit by BHEL.

g) In case GST credit is delayed / denied to BHEL, due to non /

delayed receipt of goods and / or tax invoice or expiry of the

timeline prescribed in GST Law for availing such ITC, or any

other reason not attributable to BHEL, GST amount shall be

recoverable from Vendor along with interest levied / leviable

on BHEL.

h) The taxes and duties that are reimbursed would be the ones

applicable as on the contractual Purchase order delivery date

or the amount actually paid whichever is less.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 5 of 13

i) The loading criteria for the different payment terms shall be

as under;

Payment Terms Days of

Loading

After Receipt & Acceptance of

material within 75 days of supply.

No Loading

Against Delivery at BHEL-Stores

Haridwar.

45

Against documents through bank

(CAD):

45

Letter of Credit (LC) 120

Usance LC

No Loading if usance period is > 120 Days.

Loading of days’ difference i.e. difference

between 120 days and usance period if the

usance period is < 75 days.

Advance Delivery Period + 120 Days - Advance

Payment Days.

11. TAXES & DUTIES.

a) The bidder to specify in their offer (part 1 bid) the category of

their registration under GST like Registered, Unregistered and

composite dealer.

b) The provisional GST registration number of Bharat Heavy

Electrical Ltd, Heavy Electricals Equipment Plant, Ranipur,

Haridwar is “05AAACB4146P1ZL” with state Code as “05” and State Name as “Uttarakhand”.

c) Please quote our provisional GST registration number in all

invoices raised for supply of goods and services under GST

regime and also ensure filing of timely return and payment of

tax and compliance of other applicable provisions on supplier

under GST regime.

d) No GST will be reimbursed to unregistered or composite

dealer. In the event, any GST is quoted by composite dealer,

the same shall be added to the cost of supply in evaluating the

bid.

e) Since, input credit of GST will be available to BHEL-Haridwar

only after correct filing of return and payment of applicable

GST by supplier, reimbursement of GST shall be made by

BHEL-Haridwar on matching of vendor inputs at GST portal,

ensuring availability of input credit to BHEL Haridwar.

Payment of GST will be made to vendor after matching of

input credit and vendor to ensure submission of their invoices

along with consent to accept payment of tax after such

matching in all cases where bills are submitted directly to

BHEL-Haridwar or through bank or under LC or through any

other mode.

f) In the event of any disallowance of input credit or applicability

of interest or any other financial liability arises on BHEL-

Haridwar due to any default of supplier under GST, such

implication shall be to supplier’s account.

g) In the event of any change in the status of the vendor after

the submission of the bid but before the supply, GST

applicable at the time of supply or in the bid, based on the

registration status of the vendor, whichever is lower shall be

payable.

h) Where ever applicable If PAN (Permanent Account Number)

of the recipient is not available, income tax is deductible either

at the normal rate or at the rate of 20 percent, whichever is

higher as per Section 206AA of Indian Income Tax Act 1961.

i) The bidder shall clearly indicate HSN (Harmonised System

Nomenclature) / SAC (Service Accounting Code), its

description and applicable rate of GST for each item in his

techno-commercial bid.

j) Statutory Variation in Taxes & duties as applicable at the time

of supply shall be payable. However, in the event of no change

in law but bidder quoting certain tax structure in bid

document which is lower than the applicable one, such

amount shall be the maximum amount of tax that can be

claimed by bidder.

k) IMPORTED GOODS OFFERED BY INDIAN BIDDERS AGAINST

DEALER INVOICE: Wherever the material being offered is

imported, the bidder must quote the prices inclusive of IGST.

The rate and value of IGST as included in the price must be

indicated separately. In case quantum of IGST is not

mentioned by the bidder the same will not be considered for

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 6 of 13

evaluation. However, bidder will have to pass on the benefit

of IGST to BHEL at the time supply.

l) In case of directly dispatchable items to Customer’s Site, BHEL-Haridwar will inform the GST registration number of the

respective customer which must be mentioned on the

vendor’s invoice. Vendor to ensure availability of such information from BHEL-Haridwar before dispatch of any

material. However, while filing GSTN-1, BHEL Haridwar GSTN

number to be quoted.

Note: - Vendors must ensure compliance of all the applicable

rules and procedure as envisaged in the GST Regime. Any loss

to BHEL-Haridwar due to fault / non-compliance by the vendor

will be to the vendor’s account.

12. BANK GUARANTEE.

In case the bank guarantees are required to be deposited

towards security deposit/performance guarantee or for any

other purpose as per the terms of this tender enquiry, such

bank guarantees of the requisite value in the denominated

currency of the purchase order should be from one of the

Indian branch of BHEL consortium banks and the bank

guarantee should be in the proforma as prescribed by BHEL.

The proforma of bank guarantee and the list of consortium

banks are displayed at BHEL website www.bhelhwr.co.in.

However, in case the bank guarantee is not from BHEL

consortium banks, then the bidder has to get the bank

guarantee confirmed from one of the Indian branch of BHEL

consortium banks and the bank charges for such confirmation

will be borne by the bidder.

13. GUARANTEE / WARRANTY AND CORRESPONDING REPAIRS

/ REPLACEMENT OF GOODS.

Goods shall comply with the specifications for material,

workmanship and performance. Unless otherwise specified,

the warranty shall be for a period of 18 months from the date

of receipt. If the delivery is found non-compliant during the

warranty period, leading to rejection, the Seller shall arrange

free replacement / repair of goods, within one month from

the date of intimation or any mutually agreed period. The

rejected goods shall be taken away by the Seller at his cost and

replaced on Delivered Duty Paid (DDP) (FOR - BHEL Stores /

designated destination basis) within such period. In the event

of the Seller’s failure to comply, Purchaser may take action as

appropriate, including Repair / Replenish rejected goods &

disposal of rejections, at the risk & cost of the Seller. In case

the defects attributable to Seller are detected during

processing of the goods at BHEL or at our subcontractor’s works, the Seller shall be responsible for free replacement /

repair of the goods as required by BHEL.

b) RETURN OF REJECTED MATERIAL FOR REPLACEMENT: The

bidder shall have to pay 5% incidental charges while taking

back supplied material if it is found rejected on receipt. The

rejected material shall be sent back only after receipt of

replacement / submission of BG / refund of amount paid.

14. QUALITY REQUIREMENT.

Your bid / quotation should have specific confirmation

regarding meeting all our quality requirements such as. (i) Test

Certificate (TC), (ii) Guarantee Certificate (GC) / Warranty

Certificate (WC), (iii) Quality Plan (QP) (if applicable); and (iv)

Pre-Dispatch Inspection at your works (if applicable).

15. VALIDITY.

The quotation should be valid for a minimum period of 90 days

effective from the date of opening of tender, unless otherwise

specified in the tender enquiry.

16. RIGHT OF ACCEPTANCE.

a) BHARAT HEAVY ELECTRICALS LIMITED HARIDWAR reserves

the right to reject any or all the bids / quotations without

assigning any reason thereof. BHEL also reserves the right to

increase or decrease the tendered quantities. Bidders should

be prepared to accept order for reduced quantity without any

extra charges.

b) Any discount / revised offer / bids submitted by a bidder on its

own shall be considered, provided it is received on or before

the due date and time of offer / bid submission (Part-1).

Conditional discounts shall not be considered for evaluation

of tenders.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 7 of 13

c) Unsolicited discounts / revised offers / bids given after Part-1

bid opening shall not be accepted. No change in price will be

permitted within the validity period asked for in the tender

enquiry.

d) In case of changes in scope and / or technical specification and

/ or commercial terms & conditions having price implication,

techno-commercially acceptable bidders shall be asked by

BHEL to submit the impact of such changes on their price bids.

In case a bidder opts to submit revised price bid instead of

impact called for then the latest price bid shall prevail.

However, in both situations, original price bid will be

necessarily opened.

e) The bidder whose bid is technically not accepted will be

informed & EMD wherever submitted shall be returned after

finalization of contract. EMD shall be forfeited in the event of

bidder opting out after tender opening.

f) BHEL reserves the right to short close the existing Purchase

Order / Rate Contract / Work Order or any extension thereof

at any stage.

17. TRANSIT INSURANCE.

a) Transit Insurance will be covered by BHEL under its open

Insurance Policy. Seller shall inform dispatch particulars

(Purchase Order, RR /GR, Invoice value etc.) to "Finance

department (Store bill Section), BHEL Ranipur, Haridwar

(Uttarakhand-India) with value of consignment to the

Purchaser within 07 days of dispatch for BHEL to arrange

insurance coverage in its policy. Failure on the part of seller to

inform dispatch particulars will make him liable to pay for any

transit damages / losses suffered by the Purchaser.

b) If Quoted Prices are inclusive of transit insurance, no

weightage shall be given while evaluating the bids for Cost of

Insurance, being in BHEL Scope.

18. RISK PURCHASE.

In case of abnormal delays (beyond the maximum late delivery

period as per LD clause) in supplies / defective supplies or non-

fulfillment of any other terms and conditions given in

Purchase Order, BHEL may cancel the Purchase Order in full or

part thereof, and may also make the purchase of such material

from elsewhere / alternative source at the risk and cost of the

supplier. BHEL will take all reasonable steps to get the material

from alternate source at optimum cost. If bidder does not

agree to the above Risk Purchase Clause, BHEL reserves the

right to reject the offer. In case for compelling reasons BHEL

accepts the offer without acceptance of this clause by the

bidder and in the eventuality of Risk Purchase, appropriate

action will be taken as per BHEL extant rules. This will be

without prejudice to any other right of BHEL under the

contract or under General Law.

19. FORCE MAJEURE CLAUSE.

Notwithstanding any other thing contained anywhere else in

the contract or PO (Purchase Order), In case the discharge of

obligation under the contract by either party is impeded or

made unreasonably onerous, neither party shall be considered

in breach of the contract to the extent that performance of their

respective obligation is prevented by an event of Force Majeure

that arises after the effective date (PO date).

In the above clause, Force Majeure means an event beyond the

control of the parties to the contract which prevents a party

from complying with any obligation of the contract including but

not limited to:

a) Act of God (Such as but not limited to earthquake, drought,

tidal waves, floods etc.).

b) War (whether war be declared or not), Hostilities Invasion, Act

of foreign enemy etc.

c) Rebellion, revolution, insurrection, civil war etc.

d) Contamination of Radio Activity from any nuclear fuel or from

any other nuclear waste or any other hazardous materials.

e) Riots, commotions, strike unless restricted to the employees

of supplier.

f) Acts of terrorism.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 8 of 13

g) Other unforeseeable circumstances beyond the control of the

parties and which the affected party cannot avoid even by

using its best efforts.

h) Cancellation of contract by customer.

i) Change in law / government. Regulation making the

performance impossible.

j) Pandemic or Epidemic.

The party claiming to be affected by force majeure shall notify the

other party in writing immediately without delay on the

intervention and on the cessation of such circumstances.

Irrespective of any extension of time, if an event of force majeure

occurs and its effect continues for more than 180 days the

affected party shall have right to cancel the contract.

As soon as reasonably practicable following the date of

commencement of a Force Majeure Event, and within a

reasonable time following the date of termination of a Force

Majeure Event, either Party invoking it shall submit to the other

Party reasonable proof of the nature of the Force Majeure Event

and of its effect upon the performance of the Party's obligations

under this Agreement.

The party shall, and shall ensure that its Subcontractors shall, at

all times take all reasonable steps within their respective powers

and consistent with Good Operating Practices (but without

incurring unreasonable additional costs) to:

a) Prevent Force Majeure Events affecting the performance of

the party's obligations under this Agreement.

b) mitigate the effect of any Force Majeure Event and

c) Comply with its obligations under this Agreement.

If the war like situation has developed in a country where a

seller’s works is located in this P.O. or there is political instability and Indian Embassy located in that country forbids or advises for

not having any business dealing with the sellers located in such

zone / region/ country, then BHEL reserves the right to cancel the

order.

20. NON-DISCLOSURE AGREEMENT.

All Drawing and Technical Documents relating to the product or

it’s manufacture submitted by one party to the other, prior or

subsequent to the formation of contract, shall remain property of

the submitting party. Drawing, technical documents or other

technical information received by one party, shall not without the

consent of the other party, be used for any other purpose than

that, for which they were provided. Such technical information

shall not without the consent of the submitting party, otherwise

be used or copied, reproduced, transmitted or communicated to

a third party. Patterns supplied by BHEL will remain BHEL's

property which shall be returned by the bidder on demand to

BHEL. Bidder shall in no way share or use such intellectual

property of BHEL to promote his own business with others or to

gain a commercial advantage. BHEL reserves the right to claim

damages from the bidder, or take appropriate action as deemed

fit against the bidder, for any infringement of the provisions

contained herein as available under law or equity.

21.SETTLEMENT OF DISPUTES / ARBITRATION.

In case of any dispute arising out of as in connection with this

contract, the same shall be referred to arbitration under

Arbitration & Conciliation Act 1996 of a sole arbitrator who shall

be appointed by mutual consent of the parties. The seat & venue

of arbitration shall be Haridwar.

The proceedings shall be conducted in English. The Governing

law of contract shall be the substantive law of India.

22. WHARFAGE / DEMURRAGE RESPONSIBILITY.

In the event of delay in receipt of documents by Manager

(Stores-Shipping) BHEL-Haridwar and in case where

dispatches are made through Unapproved Transporter the

sole responsibility for wharfage / demurrage for such delay

shall be that of supplier.

23. CONDITIONS FOR AVAILING MICRO & SMALL ENTERPRISES

(MSE’S) BENEFITS.

a) “MSE Suppliers can avail the intended benefits only if they submit along with the offer, attested copies of either EM II

certificate having deemed validity (five years from the date of

issue of acknowledgement in EM II) or valid NSIC certificate or

EM II certificate along with attested copy of a CA certificate

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 9 of 13

(Format enclosed at annexure-1 where deemed validity of EM

II certificate of five years has expired) applicable for the

relevant financial year (latest audited). Date to be reckoned

for determining the deemed validity will be the date of bid

opening (Part 1 in case of two-part bid) or vendor has to give

Udyog Adhar Memorandum (UAM). Non submission of such

documents will lead to consideration of their bid at par with

other bidders. No benefit shall be applicable for this enquiry if

any deficiency in the above required documents is found or

the requisite documents are not submitted before price bid

opening. If the tender is to be submitted through e-

procurement portal, then the above require document are to

be uploaded on the portal. Documents should be notarized or

attested by a Gazetted officer.” UAM need not required to be

notarized or attested.

b) Any new supplier will be eligible for registration with BHEL as

MSE supplier provided at least any one of the following

documents are submitted along with application for

registration: -

1. Udyog Adhar Memorandum (UAM).

2. Valid National Small Industries Commission (NSIC) Certificate.

3. Entrepreneurs Memorandum part II (EM II) certificate (valid

based on deemed validity of 5 years) or

4. EM II certificate along with attested copy of CA Certificate (as

per prescribed format at annexure-A) applicable for the

relevant financial year (latest audited), where the deemed

validity of EM II is over.

5. However, credentials of all MSE suppliers will be verified

before advancing the intended benefits.

6. MSE bidders claiming SC/ST status will have to submit SC/ST

certificate of the Proprietor from competent authority.

Attested (notarized or attested by Gazetted officer) copy to be

submitted along with the offer.

7. In case techno-commercial accepted bidders include MSE

source and their prices (based on landed cost – considering

quoted prices) are within the price band of 15% w.r.t. L-1

bidder, then BHEL can offer 25% of quantity of respective item

(rounded off to nearest number) to MSE bidders at L-1 price

and in case, more than one MSE bidder is in 15 % band and

the same is accepted by more than one MSE bidders then 25%

quantities of respective items will be considered for ordering

on proportionate basis amongst MSE bidders.

8. There will be minimum of 3% reservation for women owned

MSEs within the above mentioned 25% reservation.

9. The reservation for MSEs owned by SC/ST will be 6.25% { 25%

out of target of 25% - refer para 4 of Public Procurement Policy

for the Micro and Small Enterprises(MSEs)}.

10. The definition of MSEs owned by Women Entrepreneurs is

clarified as under:

a) In case of proprietary MSE, proprietor shall be Woman.

b) In case of partnership MSE, the Woman partners shall be

holding at least 51% of share in the unit.

c) In case of Private Limited companies, at least 51% share

shall be held by Women promoters.

11. The definition of MSEs owned by SC/ST is clarified as under:

a) In case of proprietary MSE, proprietor(s) shall be SC/ST.

b) In case of partnership MSE, the SC/ST partners shall be

holding at least 51% of shares in the unit.

c) In case of Private Limited companies, at least 51% share

shall be held by SC/ST promoters.

12. While distributing the 25% quantity amongst MSE bidders the

decimal points in quantity shall be ignored for all the bidders

except the L-1 amongst MSE bidders. Balance quantity after

allocating the quantity to other MSE bidders ignoring the

quantities in decimal, shall be given to L-1 (amongst MSE)

bidder. However, if there are more than one MSE bidder at

the same price level than preference for additional quantities

due to ignoring off the decimal (as mentioned above) shall be

given to the bidder offering favorable terms to BHEL and if the

conditions offered are also same then preference will be given

to the bidder having high SPR rating.

13. In case there are more than one MSE bidders (with different

landed cost to BHEL) within 15% price band of lowest bidder

and quantity to be offered is 1 no. only, then preference shall

be given to the MSE bidder with lowest landed cost.

14. In case there are more than one MSE bidders (with same

landed cost to BHEL) within 15% price band of lowest bidder

and quantity to be offered is 1 no. only, then preference shall

be given first, based on the favorable terms in the bid and in

case terms are also same, the bidder with high SPR rating shall

be given preference.

15. If L1 bidder is MSE bidder, entire quantity will be given to such

MSE bidder only.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 10 of 13

16. Note: It may however be noted that MSE guidelines as on date

(Date of Technical Bid Opening Part-1) shall prevail.

17. “As per the OM No. F.No. 1(2)(1)/2016-MA dtd. 09.02.2017

issued from the Office of Development Commissioner (Micro,

Small & Medium Enterprises), “Traders and agents should not be allowed to avail the benefits extended under the PP

Policy.”

In view of this, it is clarified that benefits of MSE (such as EMD

Waiver, Tender fee exemption, Price preference, Payment

preference etc.) will be given only to those MSE Vendors who are

manufacturers of offered items against the NIT. No MSE benefits

shall be provided to Agents / Stockists / Dealers / Traders etc. for

the items offered but not manufactured by themselves.”

24. INFORMATION TO THE BIDDERS.

a) Purchase related information is available at our Business-to-

Business (B2B) Portal available on our website

https://hwr.bhel.com. The user ID & password can be

obtained by sending a request to concerned purchase

executives.

b) Intimate your change in mail address or communication

address or changes, if any, by email to AGM (SDX/MM) giving

your bidder Code.

c) Please resolve your rejections and unexecuted overdue

purchase order immediately which are posted at our B2B

Portal, which can be visited through our site

https://hwr.bhel.com

d) Copy of this Tender Enquiry is being sent through the post.

e) The Bidder declares that they will not enter into any illegal

or undisclosed agreement or understanding, whether formal

or informal with other bidder(s). This applies in particular to

prices, specifications, certifications, subsidiary contracts,

submission or non-submission of bids or any other actions to

restrict competitiveness or to introduce cartelization in the

bidding process.

In case, the bidder is found having indulged in above activities,

suitable action shall be taken by BHEL as per extant policies/

guidelines.

f) Supplier must upload digitally signed e-Invoice on B2B portal

for processing of Bills.

In other cases, inked signed hard copy of Invoice to be

submitted for processing of Bills.

25. MAKE IN INDIA (GOVT-NOTIFICATION).

A. This tender enquiry shall be governed by notification no. P-

45021/2/2017-PP (BE-II) dated 04.06.2020 of government of

INDIA and subsequent circulars issued afterwards.

Accordingly, the minimum local content, the margin of

purchase preference and the procedure for preference to

make in INDIA shall be adhered.

B. The margin of purchase preference shall be 20%.

‘Class-I local Supplier’ means a supplier or service provider, whose goods, services or works offered for

procurement, has local content equal to or more than

50%, as defined under this order.

‘Class-II local Supplier’ means a supplier or service provider, whose goods, services or works offered for

procurement, has local content more than 20% but less

than 50%, as defined under this order.

‘Non- local Supplier’ means a supplier or service provider, whose goods, services or works offered for

procurement, has local content less than or equal to

20%, as defined under this order.

C. Vendor to specifically confirm if they are Class-I or Class-II

local supplier or not as per above mentioned notification.

Accordingly, the ‘Class-I local supplier’/ ‘Class-II local

Supplier’ at the time of tender, bidding or solicitation shall be required to indicate percentage of local content and provide

self-certification that the item offered meets the local

content requirement for ‘Class-I local supplier’/ ‘Class-II local

Supplier’, as the case may be. They shall also give details of the location(s) at which the local value addition is made.

D. In cases of Procurement for a Value in Excess of Rs. 10 Crores,

the ‘Class-I local supplier’/ ‘Class-II local Supplier’ shall be required to provide a Certificate from the Statutory Auditor

or Cost Auditor of the Company (in the case of companies) or

from a practicing Cost Accountant or practicing Chartered

Accountant (in respect of suppliers other than companies)

giving the percentage of Local Content.

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 11 of 13

E. Requirement of Purchase Preference:

Purchase preference shall be given to ‘Class-I local supplier’ in procurements undertaken by procuring entities in the

manner specified hereunder -

a. In the procurements of goods or works, which are

covered by para 3(b) of mentioned Govt. circular and

which are divisible in nature, the ‘class-I local supplier’ shall get purchase preference over ‘Class-II supplier’ as well as ‘Non-local supplier’, as per following procedure:

i. Among All qualified bids, the lowest bid will

be termed as L1. If L1 is ‘Class-I local

supplier’, the contract for full quantity will be awarded to L1.

ii. If L1 bid is not a ‘Class-I local supplier’, 50% of the order quantity shall be awarded to L1.

Thereafter, the lowest bidder among the ‘Class-

I local supplier’ will be invited to match the L1 price for the remaining 50% quantity subject to

the class-I local supplier’s quoted price falling

within the margin of purchase preference, and

contract for that quantity shall be awarded to

such ‘Class-I local supplier’ subject to matching the L1 price. In case such lowest eligible ‘Class-

I local supplier’ fails to match the L1 price or accepts less than the offered quantity, the next

higher ‘Class-I local supplier’ within the margin of purchase preference shall be invited to

match the L1 price for remaining quantity and

so on, and contract shall be awarded

accordingly. In case some quantity is still left

uncovered on Class-I local supplier, then such

balance quantity may also be ordered on the L1

bidder”. b. In the procurements of goods or works, which are

covered by para 3(b) of mentioned Govt. circular and

which are not divisible in nature, and in procurement

of services where the bid is evaluated on price alone,

the ‘class-I local supplier’ shall get purchase preference over ‘Class-II supplier’ as well as ‘Non-local

supplier’, as per following procedure: i. Among all qualified bids, the lowest bid will

be termed as L1. If L1 is ‘Class-I local

supplier’, the contract will be awarded to L1. ii. If L1 is not ‘Class-I local supplier’, the lowest

bidder among the ‘Class-I local supplier’, will be invited to match the L1 price subject to

Class-I local supplier’s quoted price falling

within the margin of purchase preference,

and the contract shall be awarded to such

‘Class-I local supplier’ subject to matching the L1 price.

iii. In case such lowest eligible ‘Class-I local

supplier’, fails to match the L1 price, the ‘Class-

I local supplier’ with the next higher bid within the margin of purchase preference shall be

invited to match the L1 price and so on and

contract shall be awarded accordingly. In case

none of the ‘Class-I local supplier’ within the margin of purchase preference matches the L1

prices, the contract may be awarded to the L1

bidder.

c. ‘Class-II local supplier’ will not get purchase preference in any procurement, undertaken by procuring entities.

F. For this procurement, the local content to categorize a

supplier as a Class-I local supplier/ Class-II local supplier/

Non-local supplier and purchase preference to Class-I local

supplier, is as defined in Public Procurement (Preference to

Make in India), Order 2017 dated 04.06.2020 issued by DPIIT.

In case of subsequent orders issued by nodal ministry,

changing the definition of local content for the items of the

NIT, the same shall be applicable even if issued after issue of

this NIT, but before opening of Part-II bids against this NIT.

G. Procurements where estimated value to be procured is less

than Rs. 5 lakhs shall be exempted from GOI order No. P-

45021/2/2017-PP (BE-II) dated 04.06.2020.

H. For procurement of Goods & Services which are divisible in

nature, following shall be operated for MSE bidders under

Public procurement Policy for the Micro and Small

Enterprises (MSEs) Amendment Order, 2019, Ref. No. AA:

SSP: MSE: Amndt, dtd. 30.11.2018, Circular No. 44 of 2018-

19;-

a. If L1 bid is not from “Class-I local Supplier” and price quoted by MSE bidder falls within the margin of Purchase

preference (L1+15% for MSEs), then 25 % of total order

quantity of respective item (rounded off to nearest number)

shall be awarded to MSE bidder, subject to MSE bidder

matching the L1 Price. Out of Remaining 75% quantity,

distribution shall be operated as per below sub-clause (2) –

b. If “Class- I Local Supplier” (Next to L1, other than MSE) quoted price falling within the Margin of Purchase

Preference, and “Class-I local supplier” matches the L1 price,

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 12 of 13

then 50% of remaining Quantity (after allocation of 25% to

MSE) i.e. 37.5% shall be awarded to local supplier and 37.5%

shall be awarded to foreign bidder.

Note: L1 Price refers to lowest evaluated / landed cost to

Company.

For Further details, please refer GOI order no. P-45021 / 2 / 2017

- PP (BE-II) dated 04.06.2020.

26. RESTRICTIONS UNDER RULE 144(XI) OF THE GENERAL

FINANCIAL RULES (GFRs), 2017

All provisions of Order No. F.No.6/18/2019-PPD of Department of

Expenditure (DoE) shall be applicable for this tender enquiry

(Order copy is available at https://doe.gov.in/procurement-

policy-divisions). Accordingly, any bidder from a country which

shares a land border with India (except the countries to which the

Govt. of India has extended lines of credit or in which the Govt. of

India is engaged in development projects for which list is available

at https://www.mea.gov.in/) will be eligible to bid in this tender

only if the bidder is registered with the Competent Authority as

specified in Annex I of the said Order of DoE.

Updated list of the countries to which lines of credit have been

extended or in which development projects are undertaken are

available on the Ministry of External affairs website

(https://www.mea.gov.in/)

For the purpose of this order, definition of Bidder from a country

which shares a land border with India shall be same as defined in

the Annex III of the said order.

Registration with the competent authority as stipulated in the

said order is responsibility of bidder. Bidder has to submit a

certificate certifying following along with offer:

"I have read the clause regarding restrictions on procurement

from a bidder of a country which shares a land border with India;

I certify that bidder (…. Name of Bidder) is not from such a country or, if from such a country, has been registered with the

Competent Authority. I hereby certify that bidder (…..Name of bidder) fulfils all requirements in this regard and is eligible to be

considered"

If the bidder is from such country which shares a land border

with India evidence of valid registration by the Competent

Authority shall also be attached along with offer.”

27. NOTE.

a) Special conditions of enquiry, if enclosed by BHEL, will

supersede the respective standard / general terms of enquiry.

b) Any other Standard terms and Conditions of the bidder

attached / referred against the tender enquiry will be treated

as null and void ab initio.

c) In order to protect the commercial interests of BHEL, it

becomes necessary to take action against suppliers /

contractors by way of suspension of business dealings, who

either fail to perform or are in default without any reasonable

cause, cause loss of business / money / reputation, indulged

in malpractices, cheating, bribery, fraud or any other

misconducts or formation of cartel so as to influence the

biding process or influence the price etc. Guide- lines for

Suspension of Business Dealings with Suppliers / Contractors

shall prevail over which is available at BHEL website

http://www.bhel.com

d) The bidder along with its associate / collaborators / sub-

contractors / sub-vendors / consultants / service providers

shall strictly adhere to BHEL Fraud Prevention Policy displayed

on BHEL website http://www.bhel.com and shall immediately

bring to the notice of BHEL-Management about any fraud or

suspected fraud as soon as it comes to their notice.

e) “BHEL shall recover the amount of compensation paid to

victim(s) by BHEL towards loss of life / permanent disability

due to an accident which is attributable to the negligence of

contractor, agency or firm or any of its employees as detailed

below;

1. Victim: Any person who suffers permanent disablement or dies

in an accident as defined below.

2. Accident: Any death or permanent disability resulting solely

and directly from any unintended and unforeseen injurious

BHARAT HEAVY ELECTRICALS LIMITED HEEP-HARIDWAR, UTTARAKHAND (249403)

General Instructions and Standard Terms & Conditions for bidding against Tender Enquiry (GISTC)

For Indian Bidders (Version June-2021, Rev: 06)

## Quotations / Bids not in accordance with General Instructions and Standard Terms & Conditions are likely to be ignored.

P a g e | 13 of 13

occurrence caused during the manufacturing / operation and

works incidental thereto at BHEL factories/ offices and

precincts thereof , project execution , erection and

commissioning, services, repairs and maintenance, trouble

shooting, serving , overhaul, renovation and retrofitting , trial

operation, performance guarantee testing undertaken by the

company or during any works / during working at BHEL Units/

Offices/ townships and premises/ project sites.

3. Compensation in respect of each of the victims:

(i) In the event of death or permanent disability resulting from

Loss of both limbs: Rs. 10,00,000/-(Rs. Ten Lakh).

(ii) In the event of other permanent disability: Rs. 7,00,000/- (Rs.

Seven Lakh).

4. Permanent Disablement: A disablement that is classified as a

permanent total disablement under the proviso to Section 2(I)

of the Employees Compensation Act, 1923.”

f) The bidder shall be in compliance with applicable laws, rules

and regulations throughout the terms of the contract for

conducting its business generally and to perform its obligations

under this contract.

146 F

BANK GUARANTEE BOND

WAM 28

(Paragraph 4.9.6 of – Works Accounts Manual)

1. In consideration of the Bharat Heavy Electricals Limited, Siri Fort, New

Delhi through HEEP Hardwar Division (hereinafter called ‘the Company’) having agreed

to exempt________________________________________________(hereafter called

‘the said Contractor’ which term includes ‘Suppliers’ for the purpose of this Bond) from

the demand under the terms and conditions of an Agreement dt. ____________________

made between ____________________________________________________________

and __________________________________ for (hereafter called ‘the said Agreement’)

of Security Deposit for the due fulfillment by the said Contractor of the terms and

conditions contained in the said Agreement, on production of a Bank Guarantee for Rs.

_________________ (Rupees ______________________________ only) we,

________________________________________________________________________

(Indicate the name of the Bank)

(hereinafter referred to as ‘the Bank’) at the request of ____________________________

_______________________________________________________________________

Contractor(s) do hereby undertake to pay to the Company an amount not exceeding Rs.

__________________________ against any loss or damage caused to or suffered or

would be caused to or suffered by the Company by reason of any breach by the said

Contractor(s) of any of the terms and conditions contained in the said Agreement.

2. We, _______________________________________ do hereby undertake

(indicate the name of the Bank)

to pay the amounts due and payable under this guarantee without any demur, merely on a

demand from the Company stating that the amount claimed is due by way of loss or

damage caused to or would be caused to or suffered by the Company by reason of breach

by the said Contractor(s), of any of the terms or conditions contained in the said

Agreement or by reason of the contractor(s), failure to perform the said Agreement. Any

such demand made on the Bank shall be conclusive as regards the amount due and

payable by the Bank under this guarantee. However, our liability under this guarantee

shall be restricted to an amount not exceeding Rs. _____________________________ .

3. We undertake to pay to the Company any money so demanded

notwithstanding any dispute or disputes raised by the Contractor(s) in any suit or

proceeding pending before any Court or Tribunal relating thereto our liability under this

present being absolute and unequivocal.

The payment so made by us under this bond shall be valid discharge of our

liability for payment thereunder and the Contractor(s) shall have no claim against us for

making such payment.

146 G

4. We _______________________________further agree that the Guarantee

(Indicate the name of the bank)

herein contained shall remain in full force and effect during the period that would be

taken for the performance of the said Agreement and that it shall continue to be

enforceable till all the duce of the Company under or by virtue of the said Agreement

have been fully paid and its claims satisfied or discharged or till

________________________Office / Department / Division of Bharat Heavy Electricals

Limited certifies that the terms and conditions of the said Agreement have been fully and

property carried out by the said contractor(s) and accordingly discharges this guarantee.

Unless a demand or claim under this guarantee is made on us in writing on or before the

_______________________________, we shall be discharged from all the liability under

this guarantee there after.

5. We, __________________________, further agree with the company that

(Indicate the name of the bank)

the Company shall have the fullest liberty without our consent and without affecting in

any manner our obligations hereunder to vary any of the terms and conditions of the said

Agreement or to extend time to performance by the said contractor(s) from time to time

or to postpone for any time or from time to time any of the powers exercisable by the

company against the said contractor(s) and to forbear or enforce any of the terms and

conditions relating to the said Agreement and we shall not be relieved from our liability

by any reason of any such variation or extension being granted to the said contractor(s) or

for any forbearance, act or omission on the part of the company or any indulgence by the

company to the said contractor(s) or by any such matter or thing whatsoever which under

the law relating to sureties would but for this provision have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution

of the Bank or the contractor(s)

7. We_______________________________ lastly undertake not to revoke

(Indicate the name of the bank)

this guarantee during its currency except with the pervious consent of the Company in

writing.

Dated the____________________________ day of ______________________________

For ____________________________________________________________________

(Indicate the name of the Bank)

S

IGN

& D

AT

E

HP RELIEF VALVE

LIST OF DOCUMENTS AND DRAWINGS

413137J1005

Rev.00

Page 1 of 1

SU

PE

RS

ED

ES

INV

EN

TO

RY

N

O.

A. SCOPE OF THE DOCUMENT: This document lists down the drawings and documents to be followed for executing the

order of one number of HP relief valve.

B. LIST OF DOCUMENTS AND DRAWINGS:

S.no. Item description

Drawing /

Document no.

Rev/

Index

1 Specification – HP Relief valve with pneumatic actuator 413137J1100

00

2 HP Relief valve drg 4-13137-W1101 01

3 Technical purchasing specification: Valves 41313795102 01

4 Electrical specs for limit switch and solenoid valves 41810221002

CO

PY

RIG

HT

AN

D C

ON

FID

EN

TIA

L

The

info

rmat

ion o

n t

his

docu

men

ts i

s th

e pro

per

ty o

f B

har

at

Hea

vy E

lect

rica

l L

imit

ed.I

t m

ust

not

be

use

d d

irec

tly o

r

indir

ectl

y i

n a

ny w

ay d

etri

men

tal

to t

he

inte

rest

o

f th

e co

mpan

y

IN

VE

NT

OR

Y

NO

.

CIE

Mudit Jain TL

Anil Kumar

AGREED DEPTT. NAME SIGNATURE & DATE DEPTT NAME SIGNATURE & DATE

No. Item

Specifications – HP Relief Valve with Pneumatic

Actuator

1. Doc no.

Rev no.

413137J1100

00

2. Basic data:

Valve Body Material : A217-Gr. WC9

Inlet connection : 168.3 X 10.97 mm (ASTM182F12C2)

Outlet connection : 273.1 X 9.27 mm (ASTM182F12C2)

Pos* Description Dimension acc to

ASME B36.10M Connection

NPS Schedule Type Form/Figure Standard

G23 Inlet at HP Relief Valve 6" 80 Butt

Weld 5B ASME B16.25

G24 Outlet at HP Relief Valve 10" STD Butt

Weld 4 ASME B16.25

T840

Control Air Connection at

HP Relief Valve G3/4’’ -

Thread -

EN ISO 228-1

*See Indicative Drawing for details.

3. Valve design Spindle vertical

Steam Flow Direction Under the valve cone in

opening direction

Fittings Perforated cage

KVS-Valve 245 m3/h

Seat diameter According to tech. design

Valve stroke According to tech. design

Spindle sealing Graphite /K80S

Leakage Class EN 1349-Seat leakage IV

L1(0.01% KVS value)

Valve welding ends acc.to. ASME B 16.25 Fig. 4 & 5 B

Yoke Material Carbon steel

4. Pneumatic Actuator Spring Working Direction Opens the valve

Control Air Working Direction Closes the valve

Solenoid valves idle Opens the valve

Actuator shall be of proven for the application and shall be subject to

BHEL approval

Travel Time (100% stroke) Open ≤ 1 sec.

Close ≤ 2 sec.

Fail safe position of actuator

Control Air Connection acc. to

Valve open

G3/4” (Type Thread as per EN ISO 228-1)

Pressure of control air 5 bar ≤ p <10 bar

Min available Control Air Pressure for

the design of the actuator

5 bar

Design differential pressure of actuator ≥ 78 bar

Additional force of the actuator ≥ 20 %

5. Equipment 3/2-Way-Solenoid valves, connected in

series. All pneumatic components are

piped. All electrical equipments are

wired to a terminal box.

2 pieces

3/2-way pneumatic valve 2 pieces

Limit switch-valve OPEN: 1 piece

Limit switch-valve CLOSED: 1 piece

Filter Regulator with pressure gauge:

Adjustment range 0-10 bar, adjusted

and sealed at 5 bar

1 piece

6.

Design parameter Pressure

[bar abs]

Temperature

[°C]

Design(Operating Case) 57.3 346.9

Maximal long term 64.3 380.9

Maximal short term: 70.1 442.9

1000h 17.2 510

15 min. per event and max.10,000h

of lifetime

17.2 480

1 min per single event 70.0 510

Inlet Mass flow (KG/S) 37.773

The following design data of the adjacent pipes have to be considered:

Valve Inlet 70.0 bar 510

Valve Outlet 4.6 bar 485

Maximal temperature difference in

operation between valve inlet and

valve outlet in design case maximal

long therm

338.1

Prepared by Approved by

Anil Kumar Mudit Jain Sandeep Sonkar Ms Saswati Srivastava

Sr.Engr- TL Dy.Engr-CIE Sr.Mgr AGM-CIE

Minimal Pressure at the valve

outlet, approx.

0.0710 bar (a)

7.

Seismic Requirements: Safe operation Horizontal: 0.3g

Vertical: 0.2 g

8. Installation

Ambient Conditions

Indoor

Ambient Temperature

min/max

0°C / 50°C

Absolute Humidity ≥ 60 g/m3

9. KKS Labeling Unit code

HP-Relief Valve LBC41AA051

3/2-Way Solenoid Valve 1 LBC41AA051A

3/2-Way Solenoid Valve 2 LBC41AA051B

3/2-Way Pneumatic Valve 1 LBC41AA051C

3/2-Way Pneumatic Valve 2 LBC41AA051D

Proximity Switch – Position 100% OPEN LBC41CG051B

Proximity Switch – Position 0% CLOSE LBC41CG051C

Air filter LBC41AT021

Pressure Relief Valve LBC41AA261

Pressure Gauge LBC41CP501

Terminal Box LBC41GF051

41313795102 (Rev. no.-01)

Table of content page

1 Scope of Application ......................................... 2

2 Type-tested Valves ........................................... 2

3 Referenced Documents .................................... 2

4 Technical Data and Design............................... 2

5 Inspection certificate / Declaration of

Compliance in Dependence on Fluid,

Pressure and Temperature ………………….. 2

6 QA-Requirements regarding the Valve

Manufacturer and his Suppliers ........................ 2

7 Manufacturing and Inspection Plan (MIP) ........ 3

8 Condition for Manufacturing............................... 3

9 Fabrication and Inspection................................. 3

9.1 Steel Castings ............................................. 3

9.2 Rolled or Forged Material........................... 3

9.3 Connecting Elements .................................. 3

9.4 Welding........................................................ 3

9.5 Manufacturing Inspections ......................... 4

10 Marking ............................................................... 4

11 Surface Protection ……………………………........ 4

12 Documentation .................................................. 5

13 Final inspection…………………………………. 5

14 Delivery and Packing…………………………….5

15 Guarantee……………………. ........................ … 6

16 Spares ............................................................ 6

17 Special Tools & Tackles ................................ 6

18 Supplementary Requirements........................ 6

19 Deviations ....................................................... 6

Continued page 2 to 6

Prepared: S K Gupta Checked: S C Agrawal Approved: A B Gupta Agreed: N K Manwani

contents

damages. payment of

giving it to

out express

use or commu-

patent or the

forbidden with-

utility model or

BHEL Technical Purchasing Specification: Valves

Copying of this document, and

others and the

nication of the

thereof, are

authority. Offenders are liable to the

All rights are reserved in the event of the grant of a

registration of

design.

1. Scope of Application

This Technical Purchasing Specification covers valves for evacuating of bottled up

pressurized steam from steam turbine unit during load throw-off. During normal operation of

turbine, this valve shall remain in tightly closed position and down steam side of the valve shall

be subjected to condenser vacuum. The valve is to be suitably designed to prevent the ingress of

air through valve glands into the system.

The requirements of this specification are valid as far as no other requirements are given in the

enquiry.

2. Type-tested Valves

Valves with a valid type-testing certificate according to PED97/23/EC and to the

corresponding VdTÜV-Merkblätter, of TRD 110 attachment 1 as well as accordingly to the

registration of DIN-DVGW fulfill the requirements of this specification.

For these valves the requirements for manufacturing and testing agreed upon with the TÜVs

respectively with the DVGW-federation shall be fulfilled (declaration of commitment).

3. Referenced Documents

- AD2000-W 0

- AD2000-W 7

- AD2000-HP 0

- AD2000-HP 5/3

- TRD 100

- EN 287-1

- DIN EN ISO 15607

- DIN EN ISO 15609-1

- DIN EN ISO 15614-1

- EN 1418

- EN 10028

- EN 10204

- EN 10213

- EN 10222

- EN 10273

- DIN 1690-10

- EN 1559-1

- EN 1559-2

- EN 12266-1/-2

- DIN 17175,

- PED 97/23/EC

- ASME B16.34

In case of differences or contradictions of the referenced documents the higher requirements shall be applied.

4. Technical Data and Design

The criteria, e.g. fluid, pressure, temperature, material of the casing, etc., as well as other

technical data are given in the enquiry.

5. Inspection c e r t i f i c a t e / Declaration o f Compliance in Dependence on Fluid, Pressure

and Temperature

For all valves an Inspection Certification 3.1 according to EN 10204 must be provided.

6. QA-Requirements r e g a r d i n g t h e Valve Manufacturer and his Suppliers:

The valve manufacturer as well as his suppliers for the main components like e.g. pressure

guiding components, instrumentation and control, shall have an introduced and well-working

quality management system, e.g. according to EN ISO 9000 series or equivalent standard.

Manufacturers of pressure guiding components shall have in addition a certificate according

to AD2000-W 0 respectively TRD 100. As far as welding will be performed on the valves, the weld shop shall be certified according to

AD2000-HP0.

7. Manufacturing and Inspection Plan (MIP)

The valve manufacturer shall prepare a Manufacturing and Inspection Plan containing sufficient

information on the sequence and extent of the valve inspections as well as the main raw material and

shall deliver this to the purchaser for review at the latest 4 weeks after order receipt, but at least 2

weeks before starting manufacturing.

8. Condition for Manufacturing

Manufacturing of the valve mentioned in point 7 shall not be started before the review for the

design as well as for the MIP has been given by the purchaser. To prohibit any delay the valve

manufacturer shall call for missing reviews and remind the purchaser on time.

By reviewing the MIP the purchaser does not take on any responsibility for processes or manufacturing

details of the valve manufacturer or his suppliers, or for the valve itself.

9. Fabrication and Inspection

9.1 Steel Castings

Steel castings, e.g. valve casings, covers, etc., shall be manufactured and inspected according to

EN 10213 and EN 1559 part 1 and part 2 and DIN 1690 part 10, and following minimum

requirements:

• Analysis (chemical composition) per heat

• Mechanical properties per heat and heat treatment batch, for castings with an individual weight > 1000 kg testing per casting

• Amount of non-destructive testing according to DIN 1690 part 10:

- Weld ends of valves without connection pieces: Quality class A with quality grades S1 + V1 - Transition areas: quality class B with quality grades S2 + V2

- Weld ends of valves with connection pieces: Quality class B with quality grades S2 + V2

- remaining areas of the casting: quality class D with quality grades S3 + V4; additionally for castings ≥

500 kg or DN ≥ 400 mm each casting 100% volume inspection shall be performed.

9.2 Rolled or Forged Material

Rolled or forged material, e.g. connection piece, shall be manufactured and inspected according

to the corresponding material standard, e.g. EN 10028, EN 10088, EN 10222, EN 10273, DIN EN 10216-

2 and DIN 17440, etc. and following supplements:

- Analysis (chemical composition) per heat

- Mechanical properties per heat and heat treatment batch

9.3 Connecting Elements:

Connecting elements shall be manufactured and tested according to AD2000-W 7. As far as there

is a requirement for a test certificate for grade properties, this shall be an inspection certificate 3. 1

according to EN 10204.

9.4 Welding

As far as welding will be performed on the valves (also in case of fabrication welding on castings):

• Welding shall be performed only by welders tested in line with EN 287 or

mechanized welds by welding operators tested in line with EN 1418

• Corresponding welding procedure specifications and procedure approval records according to

- DIN EN ISO 15607

- DIN EN ISO 15609-1 - DIN EN ISO 15614-1 shall be available. • Fabrication welds on castings shall be inspected according to DIN 1690.

• Fabrication welds having a length ≥ 150 mm or a depth ≥ 40% of the wall thickness or a depth ≥ 25 mm shall be recorded.

• Design welds shall be inspected according to AD2000-HP 5/3. In case of serial production

manufacturer-specific inspection concepts may be applied with written agreement of the purchaser.

• If cast steel parts are subjected to heat treatment in the course of valve manufacture, all

parts heated shall subsequently be subjected to a 100% surface crack examination.

9.5 Manufacturing Inspections

Manufacturing Inspections shall be performed according to PED 97/23/EC / EN 12266. The PED

97/23/EC a s a superior legislation shall be observed and applied. These are especially:

a) Pressure test

- Test P10 according to EN 12266 part 1

b) Leak test - Test P11 + P12, leakage class B according to EN 12266 part 1

c) Functional test

• Test F20 according to EN12266 part 2 d) Verification of dimensions

• Main dimensions

• connecting dimensions

All tolerance ranges which are important for the function shall be recorded. As

• Stem diameter

• Diameters of guides and fits

10. Marking

Valves shall be marked as follows:

• The name and address or other means of identification of the manufacturer and, where appropriate, of his authorized representative established within the Community

• Nominal diameter

• Nominal pressure class

• Casing material

• Flow direction arrow

• Identification-no. (Also commission-no.)

• The year of manufacture • Identification of the pressure equipment according to its nature, such as type, series or batch

identification and serial number • Essential maximum/minimum allowable limits • CE marking is applied for European countries.

Valves with a total weight > 1000 kg shall be marked additionally with a permanent information of the weight on the valve or on an safe name- plate. The provisional KKS-Labels which are fabricated and properly sized are to be made of plastic or similar unbreakable material and attached to the component by wire. The lettering on the labels should include the KKS classification in back, permanent ink.

Marking of the materials for all pressure loaded casing components shall survive during all

manufacturing processes according to AD2000-HP 0.

11. Surface Protection

Surface coating of non-stainless steel valves shall be applied as follows

Paint (Coat) Paint Type No. of coat DFT*

Primer Paint : Epoxy base Zinc rich primer paint 1 Coat 35

Intermediate Paint : Epoxy TiO2 Pigmented Polyamide Cured Paint 1 Coat 70

Finish (Final) Paint : Aliphatic Acrylic 2 Pack Polyurethane Finish paint 2 Coats 75

*DFT – Dry Film Thickness (final) in microns

• Shade as per RAL – Grey 9002

12. Documentation

All the documentation for the delivered valve shall remain with the valve manufacturer and shall be

stored for at least 10 years. This documentation shall be labelled such as to ensure traceability and

allocation to the corresponding valve and shall be marked as belonging to BHEL. The valve manufacturer

shall check the documentation with respect to completeness and correctness before shipping the valve.

The valve manufacturer shall certify this at the time of the delivery. It is the obligation of the valve

manufacturer to hand over a copy of the total documentation to the purchaser on request and free-of-

charge.

BHEL expects a documentation of the module/parts including all instructions which are necessary for

service, installation and maintenance. Amendments will be requested separately.

In accordance to the Machinery Directive (98/37/EC) and Pressure Equipment Directive (97/23/EC) the

following records and logs shall be provided to the purchaser in any case:

- manufactures declaration - Declaration of conformity - Material certificates - Pressure test - Non-destructive tests

The documentation - also that of the sub suppliers - shall be written in English language and shall contain at least:

• Test certificates of the prematerial (at least inspection certificate 3.1B according to EN 10204)

• Records of all inspections performed by the valve manufacturer or his sub suppliers during manufacturing: - Non-destructive inspections of e.g. weld areas or welds - Verification of dimensions - Pressure and leak tests - Functional tests

• Heat treatments performed

• The European Union guidelines and standards which are valid and can be used for the area of

application (e.g. PED 97/23/EG, Low-Voltage Guideline 73/23/EWG, etc..) are to be designated in the

declaration of conformity according to the remarks and applied quality modules, and shall include

all relevant data (see e.g. appendix VII of Guideline 97/23/EG). Risk disclosure and danger analyses

in accordance with EN 1050 are to be handed over to BHEL if necessary.

• If materials without European material approval are drawn on for the order (order

papers/designs) (e.g. ANSI/ASME materials) appropriate substitute certificates from a

designated authority shall be procured and documented accordingly. If the order pertains to a

component of a total design group, then all certificates and certification of the component of the

highest category of the total design group shall be made available.

13. Final inspection

The purchaser reserves the right to perform final inspections on his ordered parts in the shop of the

valve manufacturer, as well as in the shop of his sub suppliers

14. Delivery and Packing

Details regarding delivery are given in the order, however at least following details shall be given

together with the delivered parts: Actualization of standards and instructions

• Purchaser

• Order-no. / project

• Manufacturer commission-no. / works-no.

• Specification

• Number of pieces

• Type / item

• Nominal diameter [DN]

• Maximum allowable pressure [PS]

• Maximum allowable temperature [TS]

• Fluid

• Manufacturer drawing-no.

• Identification-no.of the valve

• Piece weight

Together with the delivery of the valve the valve manufacturer shall hand over a certificate 2.1

according to EN 10204 in English, which confirms that the delivered valve fulfills the requirements given

in the order and in this specification. Furthermore the valve manufacturer shall confirm that only

materials as listed in the design bill of material have been used and that the documentation is available

in his shop in line with Item 12 above and that he has checked the documentation carefully.

Packing of the valve shall be as follows:

• The valve shall be packed and locked that way, that in general case any damage will be prohibited.

• All openings shall be plugged.

• Detail parts respectively components shall be packed individually, however assignment shall be

ensured.

• As far as necessary accessory devices for transportation purposes shall be attached to the valve and/or to the packing, e.g. lifting eyes and lifting signs.

• Bearing areas shall be marked, if necessary.

15. Guarantee

The supplier shall guarantee trouble free operation of the equipment for a period of 2 years after installation and commissioning or a period of 3 years from the date of dispatch of equipment whichever is

earlier.

If during erection/commissioning and operation at site, any defect in any component is detected, purchaser's / owner's site representative shall prepare the assessment report and a copy of the same

shall be forwarded to the supplier. The supplier shall replace / rectify the concerned items free of charge.

The supplier, if he so desires, may deputes his representative to site at his own cost otherwise the report

of purchaser's / owner's site representative shall be binding on the supplier.

16. Spares

The offer of valves shall include the requirement of spares to be made available at the time of erection & commissioning. A separate offer of spares to be required for 3 to 5 years of operation shall

also be separately enclosed along with main offer.

17. Special tools & tackles

Any special tools & tackles, required for erection, commissioning and maintenance of valves shall be included in main offer per set of valves.

18. Supplementary Requirements

The valve manufacturer shall send following documents in triplicate written in English language to the purchaser’s department for records. Documents listed under a) and c) shall be delivered with the order acknowledgement:

a) Part drawing showing the function of the valve and the design bill of material b) Operating and maintenance instruction c) Spare part list

19. Deviations

Equivalent ASME B16.34 requirements may be considered in place of given in PED 97/23/EC / EN 12266.

Any deviation from this purchasing specification has to be reported to the purchaser immediately. Any deviation is accepted only if this has been approved or accepted by the purchaser in writing. In case of any deviation from the specified properties, also if the proof by testing is not required, the purchaser has the right to reject the material.

Einbau im Metall

E i nbaul age

Gehaeuse

Sensorfl aeche

An zugsmomen t

Schockfesti gkei t

VI brat i onsfest i gkei t

Schut zar t

schal tend nach

El ektr i scher Anschl uss

Messart

max Schal tfrequenz

Nennspannung

Spannungsbereich

Restwell I gkei t

E i ns·chal ttJauer

Leerl aufstrom

Laststrom

Verpolungsschutz

,ueber I ast- u. KurzsChl ussschutz,

:Nennschal tabstand

Hyst-erese bei 20 Grad -[

Hysterese bei 110 Grad [

Wi ederhgl qen~ui gkei tbei 20 lJrdd L

Wiederholoenauigkei tbei 110 Grad L .

Temperatur

Ausgang

Revisionslose Betri~bszelt

Li eferant

Gerateschl Ussel ,

INSTRUMENTATION KEY,

IPLS-I g - 1/:2S fJ7(~

buendig

beliebig

Ms-vern I ckel t

[rastin

max. 1300 Ncm

30g, 11 ms gem. 1[[68-2-27

10 Hz-55 Hz, 1 mm gem. I E[68-2-6

IP 67 fuer den Naeherungsschal ter

IP 54 fuer die Steckverbindung

P

ueber Steckverblndung Harting HAN 70 mit O,5mm2 Goldkontakten

(Stecker gehoert zum Lieferumfangl

induktiv

500 Hz

24 VO[

10-60 VO[

_10 Z

100 Z

_4. 8 mA

_100mA

ja

ja

5 mm

_0,5 mm (seitliches Anfahren bei1,511lm Abstandl

_1,0 mm (seitliches Anfahren bei1,5mm Abstand)

_0,10 mm (seitliches Anfahren bei1,5mm Abstan~)

_0,25 mm (sei tl i ches Anfahren bei 1, 5mm Abstandl

-25 Grad [ bis 110 Grad [

Wechsl er

min. 24.000h

K. A. Schmersal & [0

Moeddlnghofe 30

5600 Wupper t al 2

x0 0 _ _ 0_._._._-

i:

45 6

49

..v,

I° 9876543210123456789

I. Geberbreite18mm .1

NoTE..~ 4 WI'(e PfbXih?iry S"", ~,/ fc-.t ~HO ~ Li,'re-O

-f~.("",iMJ,',..I~ J { ! J N C- G-nfr.cJ ~r ~ / fJ. --.~,)

r-- BHART HEAVY ELECTRICAL LTD

I HARIDWAR,RANIPUR,INDIA-249403

=::::::::::::::=J!ji I

PROXIMITY SWITCH FOR HPT EVACUATION

Translated version Doc. No. 41810221002

TYP IFL S-18-11zStPK-1952-2

MOUNTING IN METAL: to be flush in metal

Mounting position: Any position

Casing: Ms. Nickel plated

Sensor surface Crastin

Stud torque Maxl300 Ncm

Shock reaction 30 gm, 11ms gem. IEC 68-2-27

Resistance to vibration

Protection

Protection

Switching to

Electrical connection

10Hz 55 Hz,lmm.

IP67 for proximity probe

IP 54 fOfplug connector,p

4 wire with Harting HAN 7D plug socket with 0.5 mm2 gold

contact

Mode of measurement

Max switching Jrequency

Voltage suPpJy

Supply range

Residual ripple .

Running time

Stand by current

Running current

Non reversible

Overvoltage protection

(short ckt. proof):

Operating distance

Switching hysteresis at 20 Deg

Switching hysteresis at 110 Deg

Repeat accuracy at 20 Deg

Repeat accuracy at 110 Deg

Temp sensor

Output

Inspection time

Manufacturer

Inductive

,500Hz

24V

10-6 VDC

S 10%

100%

S4.8,mA

S 100mA

Yes

Yes

5mm::::0.5mm( 1.5 mm distance)

S 1.0mm( 1.5 mm distance)

S 1.0mm( 1.5 mm distance)

S .25mm( 1.5 mm distance)

-25·C to to 110 ·C

1 changeover contact with snap action

min 24000 hr

KA Schemersal & Co

Moeddinghofe & co

5600 Wupertal 2

1.0 Type Test

1.1.0: Degree of protection

2.0 Routine Test

2.1.1 :Functional and calibration test for limit switch

2.1.2 Fail safe position of actuator

2.1.3 Fully assembly i.e. the valve along with Pneumatic actuator shall be

3.0 Tested for proper function.

3.1.0 Test and Guarantee Certificate Results of all tests enumerated in

above shall be compiled in test certificate and to be submitted.

4.0 Vendor shall provide our inspector or authorized representative all

facilities to witness the tests.

LBC41GF051:- XOl

1 LBC41CG051C - C/L+0

: I

~I I NO <>2 0 LBC41CG051C ~I I

L-3

I I0 LBC41CG051C A1..!.

4 0 LBC41CG051B- C/L+

i I

.-'INO

<>5 LBC41CG051BI I

..

0: I

6 LBC41CG051BI I L-

0 A1..!.r A1

..7 0 LBC41AA051A

PEe ~- A ; ; i~!8 0 LBC41AA051A L __________ :.J

9 0 LBC41AA051B

PEe>At i~!10 0 LBC41AA051BA- L__________~

SH f SHIELD .,

SH b SHIELD.-

PE 0 GROUNDASSIGNMENT OF CORE CONDUCTOR COLOURS CDIf\HEC 757)

PE 0 GROUND... .

BK' BLACK

BN: BRO'w'N

BU, BLUE

GY, GREEN

GY, GREY

OG, ORANGE

PK: PINK

PU, PURPLE

RD: RED

'w'H: 'w'HITE

YE: YELLO'w'

lIE THE JUNCTION BOX AN)) THE JUNCTION BOX COVER HAS TO BE LABELLED 'w'ITH ' LBC41GF051'

lIE SHIELD CA), IF AVAILABLE, CONNECTED TO SHIELD TERMINALS CSH)

lIE GROUND CPE) CONNECiED TO GROUND TERMINALS

BHARAT HEAVY ELECTRICALS LIMITED

HARIDVlAR

SH. NO.

BHEL J HARDIJAR

VOL TAGE:

VOL TAGE TOLERANCE:

ENCLOSURE RATING:

TEMPERATURE RANGE:

24 V DC

Min, +101-15%

Min. IP651 NEMA 4

+ 5°C TO 70°C (+41°F TO 158°F)

100%

CONSTANT RATED

F

p~ug nce. TO DIN EN 175301-803

ENERGIZED TIME:

COIL ISOLATION CLASS

Connection:

TYPE:.

SVITCHING ELEMENT FUNCTION

INDUCTIVE

PNP NORMAL OPEN

. 3-POLE

plug ncc. TO DIN EN 175301-803

NDTREQU,IRED BUT VIRED IF AVAILABLE

Connection:

Connection:

TITLE: ELECTR, SPEC, SOLENOID/GENERAL

/24DC/INDOOR

BHARAT HEAVY ELECTRICALS LTD

HARIDV/ARJ RANIPURJ INDIA-249403

SH. NO,

S

-----HOOKUP d a t t o ' O':J",042012

DIAGRAM NO, cht>ck. BSRANA

41810221002 sh no, 01

rt>vlsonl I I p lo .n t 1 BARA

Air pressureMounting position' vertlcell Pes. T o .g N o ,Spring belr

stroke MM001

~

\ 1I'llT'\.I! J2J

13---1

?)1 ."- II :b1

4 ~

J13/ .

C>VJ~

Pos Q1;y, DQoscrlptlon Type/Mo.nuf. P n .u . c o n . Port No...

2 1 AIr set

r--~ 2Solt>noId v o , lv .

• 2 3/2 '..toy :>r•..•e~c. tt: VO.!Vt>

5 3/2 wo.y so.enoid valve

& 1 P"'vleMO- ~k:: Ac :L>(l 1.0'-

7 Lock l.AP v a lv e

B M1SCt>UClrWOUS

9 B o o s t . , . .

10

11

12 P n . C~ctlon

13 Vent flltt>r

14 FIlter DIP~. .IP&~

l~ 2 LlrlIt S w ltC M S r0.. Schlwrso.l :lF1. 5-18-UZ r.l'r.-l~

Sin DlMnslon.! Ma.t.rlo.l

~2 5 ) ( 2 .5 [I'lI'll I SS .-2

fitting .E~o€TC DSI/EGELDK DpARKER 0._ ......_.

D1rllctlon IIOo._OX I 0,_100"1. I O N ID r r . t t : h Sol.~d vo.lvt>Stroking

R.~st.d [ s ] ~ I I 1 5 /2 5tlM<r

~o.sur.d [5] I I I I I

DATA SHD'WN ARE INDICATIVE, .., .-

____________ J

saswati
Text Box
ADDITIONAL NOTES:- 1. TWO NOS ADAPTORS WITH 1/2" FERRULE FITTING FOR CONNECTION TO G1/2" LINE ARE REQUIRED. ALSO G1/2" LINE (APPROX 2 METERS) ARE REQUIRED. 2. LIMIT SWITCHES AND SOLENOID VALVE SHOULD NOT BE MOUNTED ON VALVE TO AVOID DAMAGE DURING ERECTION OF VALVE. THE SAME SHOULD BE LOOSELY PACKED IN A SEPARATE WOODEN BOX / COMPARTMENT TO AVOID BREAKAGE. 3. PROPER LABELLING SUCH AS `ITEM NAME', `PO', ETC SHALL BE CLEARLY INDICATED ON THE LOOSE PACKAGE BOX FOR IDENTIFICATION IN CASE OF MISPLACEMENT .

MANUFACTURER’S NAME AND ADDRESS

STANDARD QUALITY PLAN TO BE FILLED BY BHEL TO BE FILLED BY BHEL

BHEL

VENDOR’S NAME

ITEM QP NO.

DATED

DRG. NO. AS PER PO

SPEC. AS PER PO

REV Page 1 of 3

SL.

NO.

COMPONENT &

OPERATIONS

CHARACTERISTICS CLASS TYPE OF

CHECK

QUANTUM

OF CHECK

REFERENCE

DOCUMENT

ACCEPTANCE

NORMS

FORMAT OF

RECORDS

AGENCY REMARKS

M B N

1 2 3 4 5 6 7 8 9 D 10 11

LEGEND:

! RECORDS IDENTIFIED WITH ‘TICK’ SHALL BE ESSENTIALLY INCLUDED BY

CONTRACTOR IN QA DOCUMENTATION.

M: MANUFACTURER / SUBCONTRACTOR B: BHEL / NOM. INSPECTION AGENCY

N: CUSTOMER

INDICATE ‘P’ PERFORM ‘W’ WITNESS AND ‘V’ VERIFICATION ALL ‘W’ INDICATED IN COLUMN ‘N’ SHALL BE ‘CHP’ OF CUSTOMER

FOR CUSTOMER

USE

MANUFACTURER/SUBCO

NTRACTOR

APPROVED BY

Digitally signed by Sachin GuptaDate: 2022.01.14 15:14:26 ISTLocation: BHEL

Signature Not Verified